Loading...
HomeMy WebLinkAboutC-4882 - Miscellaneous Paving Repair - Bristol Street South, Newport Coast Drive and Jamboree Road at Coast Highway SouthCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC January 21, 2014 PALP Inc., dba Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 Subject: Miscellaneous Paving Repair— Bristol Street South, Newport Coast Drive and Jamboree Road at Coast Highway South — C-4882 Dear PALP Inc., dba Excel Paving.: On January 8, 2013 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 16, 2013. Reference No. 2013000032995. The Surety for the contract is Federal Insurance Company and the bond number is 8229-94-07. Enclosed is the Faithful Performance Bond. Sincer ly, Leilam I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov City of Newport Beach Contract No. 4882 BOND NO. 8229-94-07 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,61500 ming at the rate of $ Varies thousand of the Contract prig. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the "Principal", a contract for construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH, Contract No. 4882 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 Contract No. 4882 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 501100 Dollars ($657,265.50) lawful money of the United States of America, said sum being equal to 1001'4 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. PTO As a part of the obligations 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 than no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for 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 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 16th day of July 2012. PALP Inc. dba Excel Paving Company (Principal) Authorized Signaturefritle CA BROWN, PRESIDENT Federal Insurance Company a. 440 Name of Surety thorized AgarklSignature Douglas A. Rapp 15 Mountain View Road Warren NJ 07059 Address of Surety (908)903-2000 Telephone NOTARY ACKNOWLEDGMENTS OF ATTACHED Attorney in Fact Print Name and Title RR AND SURETY MUST BE CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of L7s A.0 eel -es On before me, personally appeared C. P. a C.. hiPllips, Notary Public —_ - (Here undo lore and bac at dK ot5cn who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ism subscribed to the within instrument and acknowledged to me that he/xitaAbsy executed the same in his&W'tit air authorized capacity(ies), and that by hisjt #"ksignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C PHILLIPS WITNESS m hand and official seal. Notary Publtc Carfornia y j LOS ANGEiES COUNTY �. My COMM Ekplres,4ug. 16.20E Signature o otary Public irro See]1 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCLIMEW (Title or description of attached docufenl) (Tide or description of attached do4wMnt continued) Number of Pages- Document Date information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer 2,M Yomon( APA t'I) I0 ,. AiX}Flt vgl,S ,,,q N ln,,yt lasc.,t non INSTRUCTIONS FOR COMPLETING THIS FORM Any acbrowledgmew meaptered in G hien o most co Warn verbbsge eeaclh err appear: above in the, n,rary secrion or a separate echnowitillgmm i jcvsn mot be property compleled and attached to their Mc emerge The only colepilm is If a decvmrm Is to be recorded oWnde ofG*b/b-nia In .such imeowces, airy alrnnarrvt aebrowledgtnera rerbiagr, or may be priWed on such a do-amrN ser tang as thv verblage dost " ngaire the noimy to do sornerhing ahot is diegaf for a Wmy in Catiforeda (t r, cenigioi'ng the arahairrd eapoiciry of the signer). Marc check rhe dornneru aarfWly jcw proper nnfariN wordr'rtg and aroch thisfora, ffrequlred • Stare and county infomhation must be the State and County where the document aigntr(s) personally appeared before the rotary public for acknowledgment • Date of nourvation must be the date that the signers) personally appeared which must also be the gone date the acknowledgmenl is completed. • 'five notary public most print his or her name W it appears within his or her convoluted followed by a comms and then your title (notary public). • Print the rwnr(s) of document signer(s) who personally appear at the time of notariration. • Indicate the sorted sit>gtdar or plural forms by crossing off incorrect forms (i.c hdghe/tpsr b lace) or circling the correct fonne. Failure o wrawfly indicate this irifoa alion may lead to rejection of document recording. • The notary ual impression mull be clear and photogtaphnally reproducible. Impression four nor toyer text or Imes. If seal impression smudges, re -seal if a sufficient arca pemills, otherwise complete a different ackuowiedgerm t loan • Signature of the notary public must match the signature on file with the office of lite Wooly clg4_ Additions] tnfomation is not rcquued but word help to otaure this acknowfedgfem H not misused or attached to a different docrarron tol icut title or cypc ofa tacheel doeunwnt, number of pages and dont. a Indicate the cepnciry claimed by the signer. If the claimed capacity is e wrilc ate ofticer, oo iease the brio 0 c CFO, CT+O, Secretary) Srcurely ansch this docunwut to uhe signed duwnmm - (Titic) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2,M Yomon( APA t'I) I0 ,. AiX}Flt vgl,S ,,,q N ln,,yt lasc.,t non INSTRUCTIONS FOR COMPLETING THIS FORM Any acbrowledgmew meaptered in G hien o most co Warn verbbsge eeaclh err appear: above in the, n,rary secrion or a separate echnowitillgmm i jcvsn mot be property compleled and attached to their Mc emerge The only colepilm is If a decvmrm Is to be recorded oWnde ofG*b/b-nia In .such imeowces, airy alrnnarrvt aebrowledgtnera rerbiagr, or may be priWed on such a do-amrN ser tang as thv verblage dost " ngaire the noimy to do sornerhing ahot is diegaf for a Wmy in Catiforeda (t r, cenigioi'ng the arahairrd eapoiciry of the signer). Marc check rhe dornneru aarfWly jcw proper nnfariN wordr'rtg and aroch thisfora, ffrequlred • Stare and county infomhation must be the State and County where the document aigntr(s) personally appeared before the rotary public for acknowledgment • Date of nourvation must be the date that the signers) personally appeared which must also be the gone date the acknowledgmenl is completed. • 'five notary public most print his or her name W it appears within his or her convoluted followed by a comms and then your title (notary public). • Print the rwnr(s) of document signer(s) who personally appear at the time of notariration. • Indicate the sorted sit>gtdar or plural forms by crossing off incorrect forms (i.c hdghe/tpsr b lace) or circling the correct fonne. Failure o wrawfly indicate this irifoa alion may lead to rejection of document recording. • The notary ual impression mull be clear and photogtaphnally reproducible. Impression four nor toyer text or Imes. If seal impression smudges, re -seal if a sufficient arca pemills, otherwise complete a different ackuowiedgerm t loan • Signature of the notary public must match the signature on file with the office of lite Wooly clg4_ Additions] tnfomation is not rcquued but word help to otaure this acknowfedgfem H not misused or attached to a different docrarron tol icut title or cypc ofa tacheel doeunwnt, number of pages and dont. a Indicate the cepnciry claimed by the signer. If the claimed capacity is e wrilc ate ofticer, oo iease the brio 0 c CFO, CT+O, Secretary) Srcurely ansch this docunwut to uhe signed duwnmm ACKNOWLEDGMENT State of California County of Orange } On 0711612012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp , who proved to me on the basis of satisfactory evidence to be the person(,$) whose name($) isfare subscribed to the within instrument and acknowledged to me that hehhdthey executed the same in his/weir authorized capacity(ie*, and that by hisA4w4#%W signature($) on the instrument the person(8), or the entity upon behalf of which the person(05 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 DEBRA SWANSON N n� COMM. # 1822117 w o NOTAfi1 PUEIJGCAL11FCRNIA ORANGE COUNTY N My Cones, Epr% WY % 2012 Signature Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 16 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 C"4LUM Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, each as as their We and iaWM Attorney- in Fact to execute under such designation in their names and to affix theircorporate seals to and deliver for and on their behalf w surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested thaw presents and affixed the r corporate seas or, this 16th day a December, 2011. / \� ----- C Kermam Ct Secretary . Nims, Jr, Vice Piesitlent STATE OF NEW JERSEY County of Somerset W. On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally cams Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swam, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney tris such corporate seals and were thereto affixed by authority of the By. Laws of said Companies; and that he signed said Power of Attorney as Assistant Sacretary of said Companies by Like authority; and that he is acquainted with David S. Norris, J1., and knows him to be Vice President of said Companies; and that the signature of David e. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David a: Naris. Jr, and was thereto subscribed by aumorily of said fly - Laws and in deponent's pressures. Notarial Seal KATHERINE J. ADELMR NOTARY PUBLIC OF NEW JFRSFI ZYthy—" W. 2316685 • �LVt � bipiraa my ib.2oi< PIS yrrrV Notary Public b�aEP CERTIFICATION Edrect from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President a a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designaflons. The signature of such othcers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be Wisced by facsimile to any power of attorney or to any cereffNatte relating thereto appointing Assistant Secretaries or Attonne rs. in- Fact fff purposes only of executing and attesting bonds and undeftakirgs and other writings obligatory in the mace mereof, and any such power ot attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and biding upon the Company and any such power so executed and'oerbfied by such facsimile signature and facsimile seal shall be valid and binding upon the Company with lisped to any bond or undertaking to which it is directed. - I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companlesl do hereby catily mat (i) the foregoing extract of the Sy- Laws of the Companies is We and correct (iii the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department: further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and IN) the foregoing Power of Attorney is true, correct and in full face and affect Given under my hand and seats of said Companies at Waman, NJ this 16th day of July, 2012. Kenneth C. Weael, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (906) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-1 a Oa25B- U (Ed. 5- 03) CONSENT • OFFICE OF THE CITY CLERK Leilani I. Brown, MMC March 25, 2013 PALP Inc., dba Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 Subject: Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road at Coast Highway South - C-4882 Dear PALP Inc., dba Excel Paving: On January 8, 2013 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 16, 2013, Reference No. 2013000032995. The Surety for the bond is Federal Insurance. Company and the bond number is 8229-94-07. Enclosed is the Labor & Materials Payment Bond. Sincerely, �` 4f Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard - Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us City of Newport Beach Contract No. 4882 BOND NO. 8229-94-07 WHEREAS, the City Council of the City of Newport Beach, State of California; by motion adopted, has awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the "Principal,° a contract for construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH, Contract No. 4882 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 Contract No. 4882 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, Federal Insurance Company duty 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 Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 501100 Dollars ($657,265.50) lawful money of the United States of America, said sum being equal to 900%a of the estimated amount payable by the City of Newport Beach under the terns 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 93020 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. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of Juiv , 2012./ PALP Inc. dba Excel Paving Company (Principal) Authorized Signaturemtle CAA PRESIDENT Federal Insurance Company Name of Surety 15 Mountain View Road, Warren, NJ 07059 Address of Surety (908)903-2000 Telephone Hrorized Ager t Signature Douglas A. Rapp Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 CERTIFICATE OF ACKNOWLEDGMENT State of California County Of Los Aiq,,Lles On _ _ before me, personalty appeared C.P. Brown C. Phillips, Notary Public (tieee vaor,unse an6 out at Ua off¢n) _ who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isli@;t subscribed to the within instrument and acknowledged to me that hefxk% hay executed the same in his4wzWleir authorized capacity(ies), and that by his( ggiksignature(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, r p�-�Luas COPAV'r 813097`5 WITNESS my hated and official seal. ? Notary pvbu �ccliit.rnra c c any LOS ANGELES COU` -Ty k '4y�;`'`t MYCamm Ettd e Auh. 18. ^0112 �V Signaune of Public (Notary Scall _-a�-iu+rn:-.:s^:^�, •°."'"t ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED D0CUMENT (Title or description of amched document) (rick on duatiptiom of attached document continued) Number of Pages ` Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER 0 Individual (s) D Corporate Officer 2(X)8 Vers ion CA VA 112I1107 8U!t.8-J1."9c i w'.cvs ilotal (t 1-W9c0m INSTRUCTIONS FOR COMPLETING THIS FORM Any ackno ledtnwnr complersd in Cdifomio must cwuom verbiage eeacr,y ar appears above an the noway section or a sepcirwe ackesonkdgment j«rn must be property complemd and attached to Mian dx nrrhe only, uceprion m f a docvmew is to be recorded owside of Cofmf nia In such mita ccs, any alrernartw ocknowledrome rerbrage es nay be primed on such a documere so long as the verbiage does nor require the rotary ro do sanething that ta dtegaf far a notary In Catfornm (i.e. cerit�,fng the authorized clgsacfry of the signer). Please check da dacvmmir ca curtly sw proper normal wording and attach ddaform If required Sure and Canty information must be the Stare and County where the document ailments) perwratiy appeared bo£orc the rotary public for acknowledgment. Date of notanzAtson must be the date that the signerts) personally appeared which must also be No same date the acknowledgment is completed - The routry public most print his or bet time as it appears within his or her commission followed by a comms and Nen your title (nowy public). Mint the camels) of document signer(s) who personally appear at the time of noterun lon. Indicate No worm singular or plural forms by crossing off incorrect formr, (ie. hdsh f`&ryy is fare) or circling On correct Corns. Failure io correctly indicate this information may lead to rejection of documem recording The notary scat impression most be clear and pltomguphieally reproducible. Impression must not cover rent or lutes. If sent impression smudges, reseal if a sufficient area permits, oNarwise complete a different acknowledgment form. Signature of flit notary public must match tin, sigrutn[e ort Fite with Ne office of the emmty clerk. rc Additional mfomwtion is nm rciluirod but cwufd help to ensure this acknowiedgment is not mound or attached to a different document. Indicate the or type of attached document, number of pages and date. F Indicate dm capacity claimed by the signor. If the, claimed capacity is a cogtotate officer, indicate (tic title rt c CEO. (FO, Secretary). SCs:ufdy auach flur doaumcmt to tha stgrmd dc':unnrm J (Title) L) Partner(s) • Attorney- in- Fact • Trustee(s) Cl Other 2(X)8 Vers ion CA VA 112I1107 8U!t.8-J1."9c i w'.cvs ilotal (t 1-W9c0m INSTRUCTIONS FOR COMPLETING THIS FORM Any ackno ledtnwnr complersd in Cdifomio must cwuom verbiage eeacr,y ar appears above an the noway section or a sepcirwe ackesonkdgment j«rn must be property complemd and attached to Mian dx nrrhe only, uceprion m f a docvmew is to be recorded owside of Cofmf nia In such mita ccs, any alrernartw ocknowledrome rerbrage es nay be primed on such a documere so long as the verbiage does nor require the rotary ro do sanething that ta dtegaf far a notary In Catfornm (i.e. cerit�,fng the authorized clgsacfry of the signer). Please check da dacvmmir ca curtly sw proper normal wording and attach ddaform If required Sure and Canty information must be the Stare and County where the document ailments) perwratiy appeared bo£orc the rotary public for acknowledgment. Date of notanzAtson must be the date that the signerts) personally appeared which must also be No same date the acknowledgment is completed - The routry public most print his or bet time as it appears within his or her commission followed by a comms and Nen your title (nowy public). Mint the camels) of document signer(s) who personally appear at the time of noterun lon. Indicate No worm singular or plural forms by crossing off incorrect formr, (ie. hdsh f`&ryy is fare) or circling On correct Corns. Failure io correctly indicate this information may lead to rejection of documem recording The notary scat impression most be clear and pltomguphieally reproducible. Impression must not cover rent or lutes. If sent impression smudges, reseal if a sufficient area permits, oNarwise complete a different acknowledgment form. Signature of flit notary public must match tin, sigrutn[e ort Fite with Ne office of the emmty clerk. rc Additional mfomwtion is nm rciluirod but cwufd help to ensure this acknowiedgment is not mound or attached to a different document. Indicate the or type of attached document, number of pages and date. F Indicate dm capacity claimed by the signor. If the, claimed capacity is a cogtotate officer, indicate (tic title rt c CEO. (FO, Secretary). SCs:ufdy auach flur doaumcmt to tha stgrmd dc':unnrm State of California County of Orange *® 07/16/2012 ACKNOWLEDGMENT before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(A) whose name(o) islWfe subscribed to the within instrument and acknowledged to me that helehMMy executed the same in hist wM4eW authorized capacity(iee}, and that by hisA4e4gieir signature(o) on the instrument the person(yt), 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 seat, Signature (Seal) =TAR NSON2117 77jj IFORNIA �NTY N10, 2012 Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnitv Comoanv Warren, NJ 07059 Know All by These Presents, That Fi COMPANY, 'New York corporation, and P appoint Douglas A. Rapp and Timothy ina corporation, VIGILANT INSURANCE corporation, do each hereby constitute and each as their true and lawful Attomey- in- Fact to execute under such designation in their names and to affil their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given a executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th dayof December,2011.' Kenneth C. Wendel, Assistant Secretary I_ j;Wi . Noms, Jr., Vice President STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, tome known to be Assistarn Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duty sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats affaed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By. Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. .Notarial Seal d OF KATHERINE J. ADELAAR pipRY p NOTARY PUBLIC 6685 FT ��P �� Coromiuion E1110160 July 16, 2014 10 V Notary public 'yEtp JE�y CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: -Ali powers of attorray for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice Prosident or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following of oats; Chairman, President, any Vice President, any Assistant Vice President, arty Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attomeys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing soon facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and mNhed by such faatmtie signature and faalmiie seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the `Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (11) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (Iii) the foregoing Power of Attorney is true, correct and in full form and effect. Given under my hand arcs seals of said Companies at Waren, NJ this 16th day of July, 2012. 201 IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.wm Form 15-10- 0225B- U (Ed. 5- 03) CONSENT rIil ,1 "_' in Official Records, Orange County `l,— `I F =4�ermirez, Assistant Clerk -Recorder RECORDING REQUESTED BY ANDt!'q II II IIII, I III I III III I I I IIII II NO FEE WHEN RECORDED RETURN TUB' 1A ' '19 * 0 0 0 5 5 1 8 2 4 8$ Cit Clerk 0143 409 N 12 1 2013000032995 2:39 pm 01/16113 y City of Newport Beach Ao 0.00 0.00 0.00 0.00 0.00 o.00 o.00 3300 Newport Boulevard C'-`. '�T E,ffP Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE SOF COMPLETION t NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Excel Paving Company of Long Beach, CA, as Contractor, entered into a Contract on July 10, 2012. Said Contract set forth certain improvements, as follows: Miscellaneous Paving Repair — Bristol Street South, Newport coast Drive, and Jamboree Road at Coast Highway South (C-4882) Work on said Contract was completed, and was found to be acceptable on January 8, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. 6 BY Public ors Director City of Newport Beach VERIFIC ATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on "! at Newport Beach, California. BY /f ' City Clerk F L iLIPO RNIB OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC January 9, 2013 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Peninsula Point Alley Replacement (C-4627) • Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive, and Jamboree Road at Coast Highway South (C-4882) Please record the enclosed documents and return them to the City Clerk's Office, Thank you. Sincerely, �5� Leilani I. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 - Fax: (949) 644-3039 • www.city.newport-beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Excel Paving Company of Long Beach, CA, as Contractor, entered into a Contract on July 10 2012. Said Contract set forth certain improvements, as follows: Miscellaneous Paving Repair — Bristol Street South, Newport coast Drive, and Jamboree Road at Coast Highway South (C-4882) Work on said Contract was completed, and was found to be acceptable on January 8, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. BY Public ors Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �� ! at Newport Beach, California. BY &A LUL OV" i1! MI -11 City Clerk City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH Contract No. 4882 BOND NO. 8229-94-07 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,616.00 being at the rate of $ varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the "Principal', a contract for construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH, Contract No. 4882 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contnact 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 Contract No. 4882 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 501100 Dollars ($657,265.50) 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. 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for 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 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 16th day of, July 2012. PALP Inc. dba Excel PavinO Cc pany (Principal) Authorized Signaturerritie CRs BRO"WK PRESIDENT Federal Insurance Comoan Name of Surety A�ilthorized Ager#t'Signature Douglas A Rapp 15 Mountain View Road, Warren NJ 07059 Attorney in Fact Address of Surety Print Name and Title (908)903-2000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 NUMEITIORNILa , State of California C,ountyof _Loti_AItBCles,,,,_ On �before rile, C personally appeared _ C. P. Brown Phillips, Notary Public tHarn uum rutin and not of r}w attics) who proved to me on the basis of satisfactory evidence to be the person(s) whose mune(s) iswtpi subscribed to the within instrument and acknowledged to me that he>sh [boy executed the same in hist vb0ir authorized capacity(ies), and that by his(ksignature(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.z .- C H LLIPS WITNESS my hand and official seal. ; ar pt, c o nit t::;kamy ru *� LCS AI G Lt 5 C0 vrY w r,xcdm,n eq+n� nee m zotz� (NOWY Seal) signature ofVottay Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or dtscr'pilots of amsched document) (Title or demaipticia ofattached document continued) Number of Pages __ __._ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER 0 Individual (s) 0 Corporate officer (Citi')—��-� CJ Partners) [I Altorfucy-In-FICI EJ rmstee(S) CJ Other _Y+8 Voir ni ,i&k .i; i' ,.. ..-..c l.tu , Ins,.. ,-1, INSTRUCTIONS FOR COMPLETING THIS FORM My a koro ehdgmew completed m Calfomw mrut eon uin verbiage txaccly w oppemr abr in rhe rotary section or a seporan, ack wwledgmeno form marc be property compho of and ortochrd to char rkxumcnr. The only ezcepaver is tf a das w ew u to be recorded otaside of CafI/b la In tach Interact, any ahermrrve a kb lydgmcm verbiage as may be priNtd on rurlr o doeu m# w )ong as the verbiage doer rat require the roomy to do icenerh/ng that is U/agaf for a +unary In Catifmrda (i.e. ceH&ng the authorized cq" dr' of the slgnrr). phare check the docxm<ta corq)Wy for proper ncemiat wording mud arteuh thir form ifrtqutred • Suic end County information must be the State and County what the document sigrser(s) pemomHy appeu red before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appoared which most also be the same date the acknowledger ecif is complete. • The rotary public most print his or her name w it appears within his or her commission followed by a comms and then your title (notary public). • [hint the minds) of docurric t ngner(s) who personally appear at the tune of notarsedion. • Indicate the costo singular or Plural forurs by erossing off incorrect fors (i. r,. wshc/oaoi - Is /are) or circling the correct fount- Failure to correctly indicate this inTormatioa may lead to rej=coon of doournent recording. • not notary stat Impression must be chase and photographically reproducible. Impression most not cover text or lutes. If said impression smudges, re -seal if a sufficient arca pensuis, o9xrv2se complue a different acknowledgment farm. Signature of am eatery public must match die sigrrture on We will the oCia of duo ctavny dcr4. G Adduional iafooncumn is nor requited but could Irdp to etas this acknou'ledtnMnt It not misused or attached to a ditfemnl decmnun. Ind joins, ilk or t}Tx of attached dcaUnxmt, noun au of pages and dine i- MicaR die capacity° c1cuned by the signer If the daunt i c iu» ty is a COgroraln o ftC._, indicate the ntic u c ('[t), I ft6 Sxrclary) yeaucir shall this ttcxumoRt to nm siju"i-1'nufnc r ACKNOWLEDGMENT State of California County of Orange } On 07/16/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared _ Douglas A. Rapp , who proved to me on the basis of satisfactory evidence to be the person(X) whose name($) isfafe subscribed to the within instrument and acknowledged to me that heAsMeA}fiep executed the same in his/4ef*eir authorized capacity(ie*, and that by hisA 49FAIi9ir signature($) on the instrument the person(xt), or the entity upon behalf of which the person($) 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. a� o NOTARY PilBUGCA1.l"rORNIA � �" �^ORANGE COUNTY Signature(Seal) Myr �vt0, 2D12 Chubb POWER Federal insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road M +`i Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FI COMPANY, a New York corporation, and P. appoint Douglas A. Rapp and Timothy Ina corporation, VIGILANT INSURANCE corporation, do each hereby constitute and each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bons and undertakings and other writings obligatory in the nature thereof (giber than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals w Mrs 16th day of December, 2011, �_... Keene— thyOAIIIIWVMS114rl'ly��� � . N,,,,,J, VicePresident STATE OF NEW JERSEY as. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seats and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like auiltority; and that he is acquainted with David B. Noms, Jr., and knows him to be Vice President of said Companies; and that the signature of David 6. Noma, Jr, subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- laws and in deponents presence. Notarial Seal a KATHERINE J. ADELAARNOTARY PU9UC 16 NEW JFRSFl Nn,7316685 Cofnmiosion E*resJuly ih, 201® Ngtary Pubic CERTIFICATION Extract from the Sy- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations The signature of such officers may be engraved, printed or 'lithographed, The signature of each of the foiiewting officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be afftted try facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries a Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or cedfficate bearing such facsimile signature or facsirmle seat shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid an binding upon the Company with respect to any bond or undertaking to which it is aftachm.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the'Comparkesl do hereby certify that (i) the foregoing extract of the By. Laws of the Companies is true and correct, (ii) the Companies am duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rica and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 16th day of July, 2012. *(0(2 Kc�,�k'#D4d'"444 Kenneth C. We et, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (906) 903- 3,493 Fax (908) 903- 3656 e-mail: surety@chubb.com Forrn 15-10-02256-U (Ed. 5-03) CONSENT A C -i'Y OF im FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb@newportbeachca.gov PREPARED Y: Patrick Arciniega, Senior Civil Engineer APPROVED: ._.s\ d TITLE: Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South - Notice of Completion and Acceptance of Contract No. 4882 On July 10, 2012, City Council awarded Contract No. 4882 for the Miscellaneous Paving Repair project to PALP, Inc., DBA Excel Paving for a total contract cost of $657,265.50 plus a 10% allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. lZM00101il 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with the applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after Council acceptance. Funds for the construction contract were expended from the following account: Account Description Account Number Amount Measure M Turnback 7281-C2002047 $278,920.09 Bristol St. Relinquishment 7253-C2002047 $352,280.00 Total Construction Cost: $631,200.09 I Of Miscellaneous Paving Repair - Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South - Notice of Completion and Acceptance of Contract No. 4882 January O8, 2013 Page 2 DISCUSSION: $ 657,265.50 Actual cost of bid items constructed: $590,518.40 Contract change orders: Overall Contract CostlTitne Summary Final contract cost: Contract Award Final Cost at Benchmark Actual mong Contract7Unde Amount Completion Target Contract Time {days} $657,265.50 $631,200.09 10% or less -4.0% 60 -31 The work necessary to complete this contract consisted of cold milling and overlaying new asphalt pavement on Bristol Street South, multiple locations on Newport Coast Drive and the left turn lanes on Jamboree Road at Coast Highway. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $ 657,265.50 Actual cost of bid items constructed: $590,518.40 Contract change orders: $40,681.69 Final contract cost: $631,200.09 The final overall construction cost, including 3 change orders, was approximately 4.0% under the original bid amount. This is generally due to the fact that the final bid quantities came in below estimated values as some paving thickness modification were made in the field. As a result of this reduction, and in an effort to take advantage of the low contract bid prices, some additional deteriorated pavement areas were added to the project. These additional areas however were in high traffic areas and resulted in additional traffic control pavement striping efforts and thus produced additive change orders to the base contract. The notice to proceed allowed for 60 consecutive working days to complete the scope of the work. The project was substantially completed November 5, 2012, which was 31 days ahead of the allotted contract time. A summary of the project schedule is as follows: Estimated Completion Date per July 2012 Baseline Schedule: November 9, 2012 Project Awarded for Construction: September 24, 2012 Completion Date per Contract and Approved Extensions December 19, 2012 Actual Substantial Construction Completion Date: November 5, 2012 ENVIRONMENTAL. REVIEW: City Council found this project exempt from the California Environmental Quality Act ("CEQA"} pursuant to Section 15301{c}. This exemption covers the minor alteration of 2 of Miscellaneous Paving Rep,.,iir -- Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South - Notice of Completion and Acceptance of Contract No. 4882 January 08, 2013 Page 3 existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. NOTICING: This agenda item has been noticed according to the Brown Act. In addition, the City Clerk will be filing a Notice of Completion for the project as a result of this action. The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Advance construction notices were also distributed to impacted residents and businesses prior to work being compelled. Submitted by: Public Works Director Attachment: A. Location Map 3 of 5 JAMBOREE ROAD DOVE STREET c7 f— w w c1n SPRUCE STREET„ 0 ttt ce m BIRCH STREET - CAMPUS DRIVE I_-, ATTACHMENT A BAYVIEW PLACE ESPRUCE AVENUE E CYPRESS STREET IRVINE., AVENUE BRISTOL STREET SOUTH NOT TO SCALE MItLAIEOU PAVING CITY OF NEWPORT REACH PUBLIC WORKS DEPARTMENT REPAIR PROJECT LIMITS 11RAWN: PA I I SHT. i OF 2 C-4882 1 4 of 5 A TACHMENT A NOT TO SCALE NOT TO SCALE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IVINnVVINI ( PA I SHT. 2 OF 21 iii CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 AM on the 7th day of June, 2012, at which time such bids shall be opened and read for MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Title of Project Contract No. 4882 $ 678,000.00 Engineer's Estimate Public Works Director Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting: Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" /\\� For further information, call Patrick Arciniega, Proiect Manager at (949) 644-3347 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.gov CLICK: Online Services /Bidding & Bid Results City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS.......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)....................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................15 ACKNOWLEDGEMENT OF ADDENDA........................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER............................................................................21 CONTRACT...................................................................................................................22 FAITHFUL PERFORMANCE BOND.............................................................................30 LABOR AND MATERIALS PAYMENT BOND...............................................................33 PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................SP-1 2 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. 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 3 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. 8. 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. 9. 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". 10. 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. STATE LIC, 688GS9 PA Contractor's License No. & Classification H OVUM Bidder MM COMPARY C� • �I 1�1.v—J Authorized Signature/Title "8fb9►r ''S1r=�t� ii�� 1012 Date' rd City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten percent of the total amount of the bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST. HIGHWAY SOUTH, Contract No. 4862 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Document$ in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 29th day of May 2012. PALP Inc. dba Excel Paving Company Name of Contractor (Principal) Federal Insurance Company Name of Surety 15 Mountain View Road Warren, NJ 07059 Address of Surety (908)903-2000 Telephone �.f'. BROWN _ RR St'JPIT Authorize Signature/Title Q, AA /11 uthorized nt Signature Douglas A. Rapp Attorney in Fact Print Name and Title (Notary acknowledgment of Principal $c SUr0 jy must be attached) 5 AGKNOWLEDGMENT State of California County of Orange On 05/29/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp , who proved to me on the basis of satisfactory evidence to be the person($) whose name($) isAwr& subscribed to the within instrument and acknowledged to me that he/eheR*ey executed the same in his/4&R44eir authorized capacity(, and that by hisAherAhaif signature(jr) on the instrument the person(,!), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. t,°FTS, DEBRA SWANSON WITNESS my hand and official seal. C14 n`� COMM. # 1822117 X �,® o NOTARY PUBUOWORMIA �+ ORANGE COUNTY N Signature_(Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 cIF-�uBe Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California --------------------------------------------------------- each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of December, 2011. Kenneth C. Wendel, Assistant Secretary . Norris, Jr.,Vice President STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By - Laws and in deponent's presence. .Notarial Seal J Arc KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JFRSFl �pt!►lky �y No, 23166@5 Commission Expires july 1b, 2014 s�' cb Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 29th day of May, 2012. �VMAW' f NSA SFW Ypp! Kenneth C. We el, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 02258- U (Ed. 5- 03) CONSENT ACKNOWLEDGMENT 0 0 X M 0 E N 0 2 0 E 0 0 0 a 0 E E 0 0 0 0 0 0 a 0 E 0 0 M E M E X 0 0 0 0 M M 0 N 0 0 E 0 N 0 E 0 0 0 0 E 0 E 0 0 0 0 E E 0 0 0 E E E E 0 0 0 0 0 0 N 1 State of California County of 606AANOELES } ss. On JUN - 7 m12 before me, Public, personally appeared C.P. In, C. Philli Notary who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. e" Signature C. Phillip , Notary Public OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 C. PHILLIPS COMM. #1809758 M Notary Public -California LOS ANGELES COUNTY. LL My Comm, Expires Aug. 16, 2012 (seal) Thumbprint of Signer F] Check here if no thumbprint or fingerprint is available. City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: v -we Sea ICE5 7j-p„Q BVI C,E � Address: Zy Z5, tj . 1i^11j V I� S -f 2 d LIGE, G� Phone: .7/Cf 11-7' M03 State License Number: _ CV16 Name: P95 /51' loci C D JPM7UE�/11(UfAt6, Address: �� 2c�� - , Phone: State License Number: Gfa 6-0 . Name: /00P M,15MeS �IeA¢ 7G L2bP5 Address: /ZZ Imo" �� I 2 Phone: 7/4 "(p& - V89q State License Number: 31 %AAU UV IU EXCEL PMA&IS COMM Bidder Authorizet bignature/Title SROWfq 8 PRESIDENT City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: q_ S M I,SG . L4DAICAC F�E Address:)' n q, tj�CcC-('cam iJus� f I',yt / o G/-vbv GV2605109 Phone: -7 State License Number: 3 �� Name:_1UPR4-j6r P441tO2,,ef IYWkawJ-<, �7"le( Iti1L� Address:53/ Z Cry , St �., G y'prL�VSV 6o Phone: 7ly_���f/DD State License Number: 77(.e Name: Address: Phone: State License Number: t"A' U a H`4C. V` S{ v. IN Bidder Authorized ignature/Title P a 0W14 raFiP�l�l�t't€ 8 -� City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name PAVNIB FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 We `'��� t Project Name/Number Project Description "AT IWJUAQ Approximate Construction Dates: From 5 11D To: IZ+Ol1 Agency Name.(n �y Contact Person11�� N \ c LA.J&&4'(A Telephone '710 (,a40% Original Contract Amount $-_ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicat�o tcome of claims. 00 �7 No. 2 Project Name/Number Project Description IJK AAA Approximate Construction Dates: From f0 To: 20Ll Agency Name U0 9 nk� Contact Person V UA -z Telephone (rv) Original Contract Amount $.$V Final Contract Amount $�)5-1 q—, If final amount is different fro jq oriainal, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes,abriefly, expjain and indicate outcome of claims. No. 3 q-1q`6 Project Name/Number Project Description ULO:S Cw Approximate Construction Dates: From To: 0I U Agency Name l (� Contact PersonV`LL4y) it Telephone U14 Ll Original Contract Amount $��Lgyinal Contract Amount $ � 414 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly ex Iain and indicate outcome of claims. 10 No. 4 M41 Project Name/Number Project Description Approximate Construction Dates: From 3 -2tD'L� To: t '2ZLI Agency Name ��11 Imo,, ��.i�roiM Contact Person �n� �ISLU Telephone 2,4 6 2-35 �8 Original Contract Amount $, Final Contract Amount $ 1(64 4q" - If final amount is different from original, plea§e explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and,ind)cate outcome of claims. No. 5 Project Name/Number Project Description11A�0.� Approximate Construction Dates: From To: OL1� 1 ` Agency Name Contact Person Telephone Original Contract Amount $Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) aLh Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly xplain/N indicate outcome of claims. 11 No. 6 Project Name/Number 1U� Project Description Approximate Construction Dates: From �'�+� To: l Agency Name PAU lam( Contact Person plclYV �i � Telephone (li4 'tai 1 .5160 Original Contract Amount $ Final Contract Amount $ 1061 CLID If final amount is different from original, please expl,�ip (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain aUd indicatg putcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Bidder Authorized Signature/Title '"'a f -�, ? ;bdl NT 12 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of T r s AngP l e s, On JUN -7 2011 before me, C Phillips, Notary Public ([Jere uuw rune and title of the officer) personally appeared C. P. Brown who proved to me on the basis of satisfactory evidence to be the persons whose named is/kw subscribed to the within instrument and acknowledged to me that he/akcexecuted the same in hisAumittncir authorized capacityQ§O, and that by hisftzk 6f signature( 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. EC7-i C. PHILLIPS WITNESS myffihand and ocial seal. corn. s.tf``'s7 LW) ANC.&& : C61!lifY a MyCpdtrrt.f,�illr�:!lut{,i.r'a,�(7Ip` (Notary Seal)Y:a +.xx Notary Public o ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional infomtation) CAPACITY CLAIMED BY THE- SIGNER ❑ Individual (s) ❑ Corporate Officer ❑ Paltrier(s) ❑ Attorney -in -Fact ❑ Tnistee(s) ❑ Other 2008 Version C'APA v 12 10 07 800871-9865 www NomryClasscs Com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certijythg the authorized capacity of fire signer). Please check the document carefully for proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that Ute signers) personally appeared which must also be Ute same nate the acknowledgment is completed. • The notary public must print Ids or her name as it appears within his or her cotnrnission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. helsheAlwj- is /are ) or circling Ute correct forms. Failure to correctly indicate this information may lead to rejection of document recording • The notary seal impression most be clear and photographically reproduciblc. impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. Signature of Ute. notary public rust mulch the signature on file with the office of the county clerk. Additional infomtaUon is not reyuircd but could help to ensure this acknowledgment is not misused or attached to a different document Indicate title or type of attached document, nuuttx:r of pages a td dale Indicate the capacity claimed by Ute signer If Ute claimed calx+city is a corporate officer, indicate the. title (i e. CF0, ( F0, Secietruy) • .Set arch attach this document to Ute signed document NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California County of LOSAl WES ss. (�) BROW"being first duly sworn, deposes and says that he or she Is (2) of (3) the party making the foregoing bid that the bid Is not made In the Interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or Indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. (4) Sub HN re me on !!liti I/ C. PHILLIPS COMM. #11809758 M Notary Public -California LOS ANGELES COUNTY u. My Comm. Expire , Aug. 16, 2012 Notary Seal (5) C. Phi . s, Notary Public ( 1 ) Name of person signing on behalf of Contractor (must be alJthori7ed to sign I ram) (2) Title (3) Name of Contractor (4) Signature of Contractor (5) Signaloie of Notary GRA1eIII o 71 698E, P9<1'P, INC. DBAp� PAVING COMPANY L'c1 1.30\ IG<L05 :E E'TI, 11 A ING C�JlAm➢ldi ANY LONG 13FACH. Cis 90806-5195 A GENERAL ENGINEERING CONTRACTOR (562) 599-5841 STATE LICENSE HO 688059A FAX (562) 591-7485 C.P. Brown, President 30-1- years experience working for other general contractors with the past 32 years being self employed in own general engineering contracting business. INCUMBENCY AND SIGNATURE CERTIFICATE OF PALP, INC. The undersigned, Marcia S. Miller, being the duly elected and Incumbent Secretary of Palp, Inc., dba Excel Paving Company, a California corporation (the "Corporation"), hereby certifies that the persons named below are, on and as date hereof, the duly qualified, elected and acting Officers of the Corporation holding the office net forth opposite their names below, such officers being authorized to sign, in the name of and on behalf of the Corporation. Curtis P. Brown President and Chief Executive Officer Curtis P. Brown III Vice President and Chief Operating Officer Bruce E. Flatt Vice President and Chief Financial Officer George R. McRae Vice President Marcia S. Miller Secretary Michele E. Drakullch Assistant Secretary IN FITNESS WI EEREOF, the undersigned has executed this Certificate as of the date set forth below. Date: January 27, 2010 01 `��MARCIA S. MILLER, Sdcretary Bonding Agent: Rapp Surety Services 120 Vantis Ave, Suite 300 Aliso Viejo, Ca 92656 Office: (949) 540-6770 Fax: (949) 540-6771 Contact: Douglas A. Rapp Surety: Federal Insurance Company C/O Surety Department 801 South Figueroa Street 23id Floor Los Angeles CA 90017 P.O. BOX 30127 Los Angeles CA 90030-0127 Insurance Carrier: The Wooditch Company One Park Plaza Suite 400 Irvine CA 92614 Contact: William Wooditch Office: (949) 553-9800 Fax: (949) 553-0670 PRI:%'lUIJS J013 RI:I L':KGN('Ia iii Contractor's Nann•: Palp Inc. DBA Lxcel Paving Co. Project Name: Slauson Ave./SR-90 Impvts. Project Description: On ramp & off ramp widening on SR90, Traffic Mitigation Added left tum on Slauson Signalization & Signing & Storm Drain Impvts. Location: Slauson Ave. @ SR90 Culver City, Los Angeles Construction Value: $2,136,269.00 Date of Completion: 4/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: David Cook Phone: 562/599-5841 Ext. 239 Fax: 562/591-7485 Owner Information: Playa Capitol Company LLC Contact: Cliff Ritz Phone: 310/448-4678 Fax: 310/822-5336 Contractor's Name: Project Name: Project Description: PRI:\1100S Joll 81:11 1tLNC1:511-I Nnlp Inc. DBA I'xcel Paving Company Alameda Street Redesign of Arterial Streets and Storm Drain Impvts. Location: Intersection of Alameda Street and N. Spring St., L.A. Construction Value: $3,197,043.00 Date of Completion: 11/09 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: Contact: Phone: Fax: City of Los Angeles Steve Chen 2 13/4 85-45 16 213/485-4838 I 11RFVIOIIS.1 IlkRI:rI:RI:Nc'I:S 110 Contractor's Name: Pa1p Inc_ D13A Excel Paving Cnnipanv Project Name: Pier E Berths E24-326 Project Description: Asphalt Utility Removals, Grade, New Asphalt Paving and New Concrete RTG Runways, Storm Drain Impvts., Sewer and Water Location: Pier E, Long Beach, CA Construction Value: $5,251,800.00 Date of Completion: 1/08 General Contractor Information: Palp Inc. DBA Excel Paving Co. Contact: Phone: Fax: Owner Information: Contact: Phone: Fax: Bruce Flatt 562/599-5841 562/591-7485 The Port of Long Beach Gary Cardemone 562/590-4172 562/901-1732 PRIiVIOI_IS .IU13 I0:ITRI::NC1iS N8 C omractor's Name: Palp Inc. DBA lixcel Paving Project Name: North Maclay Ave. Project Description: Street Beautification and Improvement of North Maclay Avenue Location: North Maclay Ave. from I" Street to Eighth Street Construction Value: $3,682,624.00 Date of Completion: 7/08 General Contractor Information: Palp Inc. DBA Excel Paving Co. Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: Contact: Phone: Fax: City of San Fernando Ron Ruiz 818/898-1237 818/361-6728 Job 4 4240 4242 4508 4567 4598 4611 4639 4649 4681 4692 4703 4728 4735 4748 4751 4761 4762 4780 4791 4793 4796 4797 4798 4802 4808 4809 4811 4813 4815 4818 4824 4825 4829 4832 4834 4835 4838 4840 4841 4842 4845 4847 4849 4850 4851 4854 4855 WORK EXPERIENCE 11-30-11 OPEN JOBS Project Description CALTRANS LINCOLN:07.1660U4 CHANDLER/LANKERSHIM: C108099 ALVARADO TRANSIT CORRIDOR: LANKERSHIMNARIOUS LOC:LA CHEVIOT HILLS:LA C113689 USC ST IMPROVEMENT:LOS ANGELES 4 INTERSECTIONS:LB & LKWD SUNNYMEAD BLVD:MORENO VALLEY ARBOR VITAE ST.:L.A. C-115478 CENTINELALA TIJERNLA CIENEGA: AIRCARRIERRAMP:LBARPRT R6777 WILSHIRE/BEVERLY:BEVERLY HILLS PIER G RAILYARD:POLB HD -7565 90TH ST EAST PALMDALE.LA CO PW CEDARS SINAI MC:LOS ANGELES 2ND ST. REHAB:LONG BCH R-6846 BROADWAY/JRD:LONG BEACH BELLFLOWERNICTORY:ADELANTO KATELLA7LEX BASE:LOS ALAMITOS NO AIR CARRIER RAMP LB R-6858 MOODYNLY VIEW STORM ORN:CYPRS CITYWIDE AC REHAB LAGUNA HILLS THOUS OAKS/LWRNC7ILR:THOUS OKS PIER G (I.T.S.):LONG BEACH ANDRE AV RDWY IMPRV:LOMITA TUSTIN ST/MEATS:ORANGE USC NO SCI BLDG:LOS ANGELES LB WTR DPT VAR LOC:LB WD 18.10 WESTMINSTER BLVD:HARGIS PARAMOUNT BLVD:LONG BEACH EUCLID/GARDEN GR BLVD:GARDN GR APPIAN WAY IMPRV:LNG BCH R6889 SHORELINE DR-FLTIRON.:LONG BCH 15TH ST, PCL:LANCASTER SUNNY HILLS H/S:FULLERTON UHSD GETTY CENTER-HATHAWAY:CENT CTY FY 2010/11 ST. REHAB:SIMI VLY PARK AVE ST SCAPE:SAN FERNANDO ANNUAL RDWY RESURRDANA POINT PKG LOT-SUNSET:WEST HOLLYWOOD ROSE BOWL:PASADENA LAX-UNDRGRND CONST:LOS ANGELES PKG LOT WILSHIRE TEMPLE:LA SOKA UNIV PKG LOT:ALISO VIEJO YWCA OFFSITE IMPRV.OLIVE:LA ARCADIA HIS (BALI):ARCADIA FIBER OPTIC SIGNAL SYS:GRDN GR PROJECT NAME CALTRANS CITY OF LOS ANGELES -DPW LA COMMUNITY REDEVELOPMENT AGY LA COMMUNITY REDEVELOPMENT AGY CITY OF LOS ANGELES -DPW UNIVERSITY OF SOUTHERN CALIF. THE BOEING COMPANY C/O MORENO VALLEY CITY OF LOS ANGELES -DPW PLAYA CAPITAL CO CITY OF LONG BEACH TISHMAN CONSTRUCTION CORP. PORT OF LONG BEACH LOS ANGELES COUNTY DEPARTMENT HATHAWAY DINWIDDIE CONSTRUCTIO CITY OF LONG BEACH C.T.& F. INC. BALI CONSTRUCTION J.I. GARCIA CONSTRUCTION CITY OF LONG BEACH CITY OF CYPRESS CITY OF LAGUNA HILLS C/O THOUSAND OAKS I.T.S. CITY OF LOMITA CITY OF ORANGE HATHAWAY DINWIDDIE CONSTRUCTIO LONG BEACH WATER DEPARTMENT HARGIS & ASSOCIATES CAL -CARTAGE CITY OF GARDEN GROVE CITY OF LONG BEACH FLATIRON ELECTRIC GROUP, INC, PCL CONSTRUCTION SERVICES FULLERTON UNION HIGH SCHL DIST HATHAWAY DINWIDDIE CONSTRUCTION CITY OF SIMI VALLEY CITY OF SAN FERNANDO CITY OF DANA POINT CITY OF WEST HOLLYWOOD PCL CONSTRUCTION SERVICES UNDERGROUND CONSTRUCTION CAMBRIDGE CONST MGMNT, INC. MCCARTHY PACIFIC DIVISION PCL CONSTRUCTION SERVICES BALI CONSTRUCTION FISK/POWERCO. ELECTRIC EST. FINAL % WORK WORK CONTRACT COMPL. BACKLOG 13.485,340 99.4% 84,228 5421,529 100,0% 2,308,556 91,6% 54,489 1,409,980 99.8% 2,729 943.818 100.0% 2344,924 99,8% 5.779 1.356.388 100.0% 2,670,000 95.1% 131.070 2,109,066 96.3% 77,251 1 0.0% 1 5,577032 97.1% 163,318 784,800 100.0% 35,261,195 78.9% 7,429662 1,471,155 100.0% 1.,116,679 100.0% 509 1,822,864 100.0% 74,277 100.0% 187,382 100.0% 493,077 100.0% 4,171,203 96.4% 150,139 2.077,539 100.0% 1,533,303 99.9% 933 3,058;015 99.2% 24,273 99,990 100.0% 5,236 1.358.08 100.0% 1,411,370 100.0% 385,659 99.9% 485 1,500000 66.1% 508,995 3,489 0.0% 3,489 97,526 98,2% 1,743 991,701 98.9% 10,752 690,821 100.0% 188.373 0.6% 187,214 5,309 100.0% 1,913 608,360 97.7% 14,113 56,690 23.3% 43,481 658,000 97.5% 16,254 735,126 100.0% 1,553,063 100.0% 122,257 99.8% 202 55,297 92.7% 4,039 37,950 0.0% 37,950 270,830 99.2% 2,098 358,087 99.9% 295 105,042 78.7% 22,362 3,750 100.0% 195,022 99.7% 499 Job # 4856 4858 4859 4860 4862 4863 4864 4865 4867 4868 4869 4870 4872 4873 4875 4876 4878 4879 4880 4881 4882 4883 4884 4885 4886 4887 4888 4889 4890 4891 4892 WORK EXPERIENCE 11-30-11 OPEN JOBS Project Description OCEAN PARK BLVD:SANTA MONICA FAIRMONT AVE:GLENDALE CERRITOS AVE IMPRV:SIGNAL HILL VLY REGION HS:GRNDA HL C119370 ST. MAINT FY12 PHLSAN CLEMNTE KAISER SUNSET BLVD LOS ANGELES AC TRENCH PTCH-EDGE DEV:LB ARP REDONO AVE POST OFFICE:LNG BCH 11 PAVEMENT PII:CULVER CITY STORM DRN/IMPRV:MISSIONVIEJO COLLEGE PARK EAST:SEAL BEACH VAR LOC PVNG/SW RR:SNTA MONICA BISON/CALIF ST (BALI):IRVINE NEW DOCK ST T.L:LONG BEACH MEDIAN-LKWD BLVD7ASHWORTH:LKWD USC CAMPUS:LOS ANGELES NAVY GOLF COURSE:CYPRES S87CO3 US ARMY ENGR-POLB:LONG BEACH THOUSAND OAKS BLVD:AGOURA HILL GETTY CENTER:CENTURY CITY HUMPHREYS ELEM SCH:LOS ANGELES PKG-STEWART ST.:SANTA MONICA USC:LOS ANGELES GAGE MIDDLE SCHOOL:HUNTNGTN PK SOUTHEAST MIDDL SCHOOL:SO GATE SUNSET BLVD:LOS ANGELES WHITE MIDDLE SCHOOL:CARSON NARBONNE H7S:HAR8OR CITY CAHUENGA BLVD:L.A. E6000935 MIRA COSTA H/S:MANHATTAN BEACH SCHOOLWOOD SLOPE RIR:LA HABRA IY:Zi111X]��►aL51� CITY OF SANTA MONICA ELECTRO CONSTRUCTION CITY OF SIGNAL HILL CITY OF LOS ANGELES -DPW CITY OF SAN CLEMENTE PCL CONSTRUCTION SERVICES EDGE DEVELOPMENT INC. MANSFIELD GAS EQUIP. SYSTEMS CITY OF CULVER CITY CITY OF MISSION VIEJO CHARLES KING COMPANY CITY OF SANTA MONICA BALI CONSTRUCTION W.W. STEPHENSON CO., INC. LINCOLN PACIFIC BUILDERS HATHAWAY DINWIDDIE CONSTRUCTIO NAVY REGION SOUTHWEST, MWR MANSON CONSTRUCTION CO. SWINERTON BUILDERS. HATHAWAY DINWIDDIE CONSTRUCTIO SUTTLES PLUMBING HATHAWAY DINWIDDIE CONSTRUCTIO 6 & I EQUIPMENT 8 & 1 EQUIPMENT B & I EQUIPMENT HATHAWAY DINWIDDIE CONSTRUCTIO B & I EQUIPMENT B & I EQUIPMENT CITY OF LOS ANGELES -DPW BERNARDS BUILDERS CITY OF LA HABRA EST. FINAL % WORK CONTRACT COMPL. 4,036,207 27,111 215,270 226.614 690,272 14.217 66,709 1,395 659,788 394,022 298,232 5,063,488 8.300 25,394 6,122 5,623 7,999 105,883 3.595 84,327 2,195 215,610 1,995 10,625 6,095 27,307 4,895 6,995 1,897,067 330,292 88,699 1.0% 56.9% 99.6% 91.1% 93.7% 100.0% 99.8% 100.0% 98.2% 98.9% 2.9% 6.4% 0.0% 99.6% 100.0% 100.0% 84.1% 93.5% 98.5% 8.3% 100.0% 0.3% 0.0% 100.0% 46.9% 39.1% 99.8% 0.0 0.6% 0.0% 0.0% WORK BACKLOG .3,997,752 11,680 774 20,158 43,552 2,023 125 11,930 4,441 289,687 4.737,523 8,300 113 121 1,276 43,517 54 77,319 214,958 1,995 3,235 17,491 12 6,995 1,885,689 330,292 88,699 Job # 4042 4093 42-45 4302 4324 4328 4329 4330 4370 4526 4549 4573 4597 4613 4651 4661 4673 4684 4690 4695 4711 4712 4713 4718 4721 4722 4725 4726 4730 4731 4733 4736 4741 4742 4745 4746 4752 4766 4757 4758 4759 4764 4767 4770 4773 4775 WORK EXPERIENCE Project Description TUDOR-MESTWD REPL 945760.01 TRANSIT HUB -SAN FERN VLYAA LINNIE CANAL COURT: C 108109 VERMONT AVE: E.LA 4 C-109146 USC, FIGUEROA 8 JEFFERSON HIGHLAND AVE.:LA. 109718 SUNSET BLVD. C109716-1 HARBOR GATEWAY:L.A. C-109717 ALAMEDA ST NO SPRG ST C110421 LAKEWOOD BLVD PH 2:DOWNEY RAMIREZ CANYON:MALIBU 06821 ATHERTON STRM DRAIN113 R-6732 WILSHIRE/FAIRFAX:LOS ANGELES STORM DRAIN POLUDUST:POL87328 BALBOANICTORY BLVD:LOS ANGELE BIKE ROUTE:LONG BEACH R-6762 EQUIP RENTAUBCH M1AINT:LNG BCH 08.09 OVRLY/SEAL:SNTA CLARITA BNSF-POLA:BNSF R/R NO STATE COLLEGE -LOT E:FULRTON CONSTITUTION AVE.:LOS ANGELES SAN DIMAS BUSAN DIMAS 2009-04 ELECTRIC AVE STRM DRN:SEAL BCH WATERFRONT ST.:PLAYA VISTA KAISER NORMANDIE:HARBOR CITY HARBOR 8 YACHT:REDONDO BEACH CRESENT HGTS/GARDENA:SIGNAL HL KAISER WALNUT:PASADENA VARIOUS LOCATIONS:7 CITIES SIERRA AVE.:FONTANA ANNUAL MJR PAVEMENT R/R:TUSTIN BNSF WASHINGTONANDIANA:VERNON RES RD WAY REHAB:FOUNTAIN VLY ARTERIAL OVERLAY PROJ:WESTLAKE HARBOR. BLVD RECON:FULLERTON COLLEGE WAY:POMONA LAGUNA ALLEY REHAB:LAGUNA BCH VAR SITES BIKE TRAIL:LONG BCH VARIOUS LOCS:PLAYA VISTAIL.A. VICTORIA GOLF PKG LOT:CNTY LA E. FRANCIS AVE:ONTARIO VAR -WEST LK/AGOURA HLS:WUAHL PV DR NORTH:ROLLING HILLS EST VARIOUS LOC:TOR,EL SEG,MB RB MARGUERITE PKWY:MISSION VIEJO HAWTHORNE HS STRM DRN:CVHSD 11-30-11 CLOSED JOBS PROJECT NAME TUTOR SALIBA PERINI. JV LOS ANGELES COUNTY DEPARTMENT LOS ANGELES COUNTY DEPARTMENT LOS ANGELES COUNTY DEPARTMENT UNIVERSITY OF SOUTHERN CALIF. LA.000N1'Y DEPT, PUBLIC WORKS L.A.000NTY DEPT. PUBLIC WORKS. L.A,000NTY DEPT. PUBLIC WORKS CITY OF LOS ANGELES CITY OF DOWNEY TORRES CONSTRUCTION CITY OF LONG BEACH MATT CONSTRUCTION CO. PORT OF LONG BEACH CITY OF LOS ANGELES CITY OF LONG BEACH CITY OF LONG BEACH CITY OF SANTA CLARITA BURLINGTON NORTHERN SANTA FE BALI CONSTRUCTION TOTAL TEAM CONSTRUCTION CITY OF SAN DIMAS CITY OF SEAL BEACH PLAYA CAPITAL CO KAISER FOUNDATION HEALTH PLAN BRUTOCO ENG CITY OF SIGNAL HILL KAISER FOUNDATION HEALTH PLAN CORRPRO COMPANIES MCCARTHY PACIFIC DIVISION CITY OF TUSTIN BURLINGTON NORTHERN SANTA FE CITY OF FOUNTAIN VALLEY CITY OF WESTLAKE VILLAGE CITY OF FULLERTON BALI CONSTRUCTION CITY OF LAGUNA BEACH THE BOEING COMPANY PLAYA CAPITAL CO VICO, LLC PATRIOT ENVIRONMENTAL SERVICES CITY OF WESTLAKE VILLAGE ROLLING HILLS ESTATES CORRPRO COMPANIES CITY OF MISSION VIEJO CENTINELA VALLEY UHSD FINAL CONTRACT AMOUNT 2.419.610 1,472,097 364,772 1,392,670 1.584,799 3,449,309 2,088,405 2,743,863 2,799,012 2,451,680 395,836 1,618,888 1,125,815 4,417,616 1,123,831 241.807 69,175 5,244,663 69,993 15,785 43,050 1,990,521 1,763,106 96,060 202,978 20,017 257,930 219,461 71,651 49,291 1,166,138 24,185 1,598,588 473,049 896,794 4.740 9'01,367 27,814 19,758 309,105 7,919 2.047,859 387,869 111,093 783,814 352,000 Jab k 4776 4777 4779 4781 4782 4784 4785 4786 4787 4789 4792 4794 4795 4799 4800 4801 4803 4804 4805 4806 4807 4810 4812 4814 4816 4817 4819 4820 4821 4822 4823 4826 4828 4830 4831 4833 4836 4837 4839 4843 4844 4846 4852 4853 4857 4861 4866 4871 4874 4877 WORK EXPERIENCE Project Description VARIOUS LOCATIONS:EL MONTE VARIOUS LOCATIONS:HUNTNGTN BCH 17TH ST. SANTA MONICA.:HG OLSEN MULTI LOCATIONS:LAGUNA BEACH VARIOUS STS Z-2:LA HABRA HGTS LIVE OAK ST.:CUDAHY (LAUSD) ASHLAND & 5TH:SIMI VALLEY BLAST FENCE:BGP AIRPORT OLD WOMAN SPRNGS RO:Y000A VLY CROSS CREEK RD.:MALIBU DE NEVE DR.:LOS.ANGELES SHADYCROFT AVE.:TORRANCE CLARK/CARSON:LONG BEACH POTRERO GRANDE DR:MONTEREY PRK DEMILLE MS WATERLINE:LBUSD BELL AVE. A & B:BELL (LAUSD) EL SEGUNDO:MATHEW &STEWART TERMINAL C -JW AIRPORT:BALI 6TH ST/AMHERST:POMONA PEYTON DR REHAB:CHINO HILLS ST ANDREWS(RESC ROOTR:TORRANCE ALEXANDRIA ST:HUNTINGTON BEACH R/R ASPHALT -RR YARD LONG BEACH SANTIAGO SUBSTN:LONG BEACH NORMANDIE/190TH:LOS ANGELES 12TH/LOCUST, LNG 8CH:CHLS KING REDLANDS AVE:WESTMINSTER FOOTHILL SERVICE CNTR:FONTANA LINDA VISTA AVE:PASADENA BNSF WASH/INOIANA:VERNON STREET CUT REPAIR:ALHAMBRA BEV BLVD-HATH/DIN:BEV HILLS VENTURA/COLDWATER:STUDIO CITY BOLSA AVE, HARGIS:WESTMINSTER VAR LOC.HARGIS:COSTA MESA SO ALMONT ST-MOE PL:BEVERLY HL HIGH PWIRGINIA:SANTA MONICA 1500 LOMITA BL:WILMINGTON HOLLYWOOD WAY:BUR-GLEN-PAS ARP DEL AMO/SANTA FE:LONGBEACH ESPLANADE ST:REDONDO BEACH POPPY ST. -LONG BEACH PAGE ST IMPROVEMNTS:BUENA PARK BEDFORD DR::BEVERLY HILLS FT MCARTHUR:SAN PEDRO DON JULIAN E/S;LA PUENTE:BUSD MAGNOLIA/TALBERT:FOUNTAIN VLY WEST BASIN MUNI WTR DIS:CARSON VARIOUS STS:COSTA MESA HARBOR/ADAMS:COSTA MESA 11-30-11 CLOSED JOBS PROJECT NAME CITY OF EL MONTE CITY OF HUNTINGTON BEACH H.C. OLSEN CONSTRUCTION CITY OF LAGUNA BEACH LA HABRA HEIGHTS A & B CONSTRUCTION, INC. CHARLES KING COMPANY BUR8ANK/GLENDALE/PASADENA PATRIOT ENVIRONMENTAL SERVICES MARMOL RADZINER & ASSOCIATES PCL CONSTRUCTION SERVICES THOMAS JESUKIEWWICZ BALI CONSTRUCTION PATRIOT ENVIRONMENTAL SERVICES LONG BEACH UNIFIED SCHOOL DIST A & 8 CONSTRUCTION, INC. MATTHEW & STEWART COMPANY INC BALI CONSTRUCTION DINWIDDIE CONSTRUCTION COMPANY CITY OF CHINO HILLS RESCUE ROOTER HARGIS & ASSOCIATES H & H ENGINEERING AMERICAN INTEGRATED SERVICES AVOCET ENVIRONMENTAL CHARLES KING COMPANY CHARLES KING COMPANY PATRIOT ENVIRONMENTAL SERVICES CHARLES KING COMPANY BURLINGTON NORTHERN SANTA FE CITY OF ALHAMBRA HATHAWAY DINWIDDIE CONSTRUCTIO MOE PLUMBING HARGIS & ASSOCIATES HARGIS & ASSOCIATES MOE PLUMBING BALI CONSTRUCTION CAL -CARTAGE BURBANIVGLENDALEPASADENA CHARLES KING COMPANY RESCUE ROOTER CHARLES KING COMPANY CITY OF BUENA PARK MOE PLUMBING ADVANCED ELECTRICAL TECH BASSETT UNIFIED SCHOOL DIST HARGIS & ASSOCIATES WEST BASIN MUNI WATER DISTRICT HARGIS & ASSOCIATES HARGIS.& ASSOCIATES FINAL CONTRACT AMOUNT 868,279 539,509 32,974 944,936 445,978 25,080 21,515 591,152 8,610 31.841 7,088 6,295 22,404 7,399 378.238 1 3,850 5,949 41,628 124,224 1.585 6,243 360,812 4,492 2,324 3,950 2,995 2,915 7,137 643,232 73,022 5,647 1,390 6,754 9,250 2,800 7,350 68,532 59,477 6,483 3,600 6,400 198,352 1,700 6,030 7,194 14,872 23,982 6,149 6,639 Job 9 4769 4 266 4 689 4652 4658 4 734 4655 4662 4710 4743 4778 4408 4640 4643 4656 4675 4697 4719 4750 4753 4669 4685 4621 4425 4620 4670 4676 4677 4680 4686 4693 4702 4708 4715 4716 4717 4724 4729 4732 4738 4739 4744 WORK EXPERIENCE 11-30-10 CLOSED JOBS Project Description LOMITA YD-CALCARTAGE:WILMNGTON CENTINELA AVE: C-108597 W VIA ACOSTA:MONTEBELLO LA AIR FORCE BASE: LA PALMA AVE.:ANAHEIM CENTINELA:DWP LOS ANGELES ARTESIA PILAR IMPRV:SANTA ANA VARIOUS SITES:COMPTON USD IMPERIAL HWY-BREA GATEWAY:WATT FAIR OAKS BANK ST:SO PASADENA VERMONT ST.:HOLLYWOOD HOLLYWD WY BRBNK AIRPORT A2977 BERTH 7YBERTH 191:POLA PLAYA VISTA -CAMPUS CAP PAVING RTE 23/118:SIMI VALLEY TAXIWAY C.D. & G:BUR-GLEN-AIR SUR/GLEN.PASA AIRPORT:BURBANK TECH PL BUS SHELTRL LB:WATT CO LONG BEACH AIRPORT:BOEING BURBANK AIRPORT:BURBANK HARBOR PLZA/QNS WAY:POLB 7430 IMPERIAL HWY:OR CO 12-OJ0904 MISC. AC REPAIRS:DANA POINT 1 ST & SPRING:LA-55797 EAST LA WS:LOS ANGELES 6TH & COLORADO:SANTA MONICA BN SF-WASH/INDIANA: VERNON DWP 1ST ST. TRUNK LINELOS AN KAISER -IRIS AVEWORENO VALLEY MARYMOUNT H/S:LOS ANGELES OAK HART HS:OAK PARK KAISER CANTERA STRANORAMA CTY CONC P-IT-HOBART YD:BNSF MGM DR, HATHAWAY:LOS ANGELES PIER G-CONNOLLY-PAC:LONG BEACH CANAL AVE.-COWELCO:LONG BEACH BNSF WASH/IND:VERNON MAYTIME LANE:CULVER CITY: LOMITA BLVD:WILMINGTON HEDON CIR/GERMAIN:C4MARILLO VIA DEL MONTE:RANCHO PV USC CAMPUS:HATHIDIN LA PROJECT NAME CAL -CARTAGE CITY OF LOS ANGELES CITY OF MONTEBELLO RMA LAND CONSTRUCTION PCL CONSTRUCTION SERVICES L.A. DEPT. WATER & POWER SANTA ANA, CITY OF COMPTON UNIFIED SCHOOL DIST WATT COMPANIES CHRISTOPHER R. MORALES INC ELECTRO CONSTRUCTION BURBANKIGLENDAIEIPASADENA CONNOLLY-PACIFIC PLAYA CAPITAL CO C. A. RASMUSSEN, INC. BURBANKIGLENDALEIPASADENA BURBANK/GLENDALE/PASADENA WATT COMPANIES THE BOEING COMPANY BURBANK/GIENDALE/PASADENA PORT OF LONG BEACH CALTRANS - ORANGE COUNTY CITY OF DANA POINT TUTOR SALIBA PERINI, JV TUCKER ENG C. A. RASMUSSEN, INC. BURLINGTON NORTHERN SANTA FE SAGE CONSTRUCTION KAISER FOUNDATION HEALTH PLAN W.S. KLEM CONTRACTORS C. A. RASMUSSEN, INC. KAISER FOUNDATION HEALTH PLAN BURLINGTON NORTHERN SANTA FE HATHAWAY DINWIDDIE CONSTRUCTIO CONNOLLY-PACIFIC COWELCO STEEL FABRICATORS BURLINGTON NORTHERN SANTA FE WESTERN STATES FIRE PROTECTION JOHNSON CONTROLS, INC. CHARLES KING COMPANY CORRPRO COMPANIES HATHAWAY DINWIDDIE CONSTRUCTIO Final Contract Amount 13.731 2,946.389 534.654 18,462 737,834 49,239 2,157,719 127,142 76,110 8,203 1,560 144,304 318,682 432,878 31,998 3,469,876 52,580 76,043 30,223 54,247 743,816 1,224,881 111,748 252,935 209,161 17,534 916,740 155,681 538,412 151,249 54,344 32,980 161,170 25,875 86,354 181,100 133,890 6,175 18,843 8,700 1,250 2,158 4141 DAWSON CYN RD CORD14A SUKUI CONSTRUCTON 17.300 4749 FRANKLIN AVE NO HOLLYWOOD ALLIANCE RESIDENTIAL 36.025 .I7y1 BROADWAY AVE LONG BEACH CHARLES KING COMPANY 36.000 WORK EXPERIENCE 11-30-10 CLOSED JOBS Job # Project Description PROJECT NAME 4755 VERMONT 8 PCH:HRBOR CITY 4760 N. GLENDALE BLVD:LOS ANGELES 4763 GETTY CENTER:CENTURY CITY 4766 DRIFTWOOD ST:MARINA DEL REY 4768 MARINA DEL REY:CORRPRO 4772 2161 GONDAR AV:LBjPRIVATE RES 4774 KATELLABLOOMFIELD:C KING ORNG 4165 EL TORO RD:LAKE FOREST 4534 7TH 8 CATALINA:LOS ANGELES 4632 W. 6TH ST:LOS ANGELES 4678 CERRITOSIORANGE SEWER:CYPRESS 4683 BROADWAY STRM:REDONDO BEACH 4737 VARIOUS CONC. R/R:DANA POINT 4765 ORANGEWOOD AVE.:CYPRESS 4502 WEST CHAPMAN SEWER:GG7805 4552 JOHN WAYNE AIRPORT:CO OF ORG 4605 MWD WATERLINE:BEV HILLSIL4 4623 VAR SD IMP CANDLBERRY:SEAL BCH 4553 PACIFIC COAST HWY:DANA POINT 4585 PAVEMENT REHAB:WESTLAKE VILLAG 4628 LIMECREST DR-LACDWP:CO OF LA ARB INC. CITY WORKS MANAGEMENT, INC. HATHAWAY DINWIDDIE CONSTRUCTIO MARMOL RADZINER 8 ASSOCIATES CORRPRO COMPANIES JACK SIMMONS CHARLES KING COMPANY CITY OF LAKE FOREST HENSEL PHELPS CONSTRUCTION CO. MATT CONSTRUCTION CO. CITY OF CYPRESS CITY OF REDONDO BEACH CITY OF DANA POINT CITY OF CYPRESS GARDEN GROVE SANI DIST JOHN WAYNE AIRPORT RUDOLPH 8 SLETTEN,INC. CITY OF SEAL BEACH CITY OF DANA POINT - CITY OF WESTLAKE VILLAGE LOS ANGELES COUNTY DEPARTMENT Final Contract Amount 30,538 6,411 6,182 4,497 1,850 5,850 6,850 11,763,683 73,954 460,258 502,688 100,489 99,548 16,433 1,967,738 1,464,867 421,629 1,625,310 6,033,387 2,125,350 219,845 4649 SUNNYMEAO BLVD MORENU VALLEY CIO MORENO VALLEY 2.582.373 74 7% 654.! 4 651 BALSOA/VICTORY BLVD LOS ANGELE CITY OF LOS ANGELES 1.073.578 70 4% 318 4 652 LA AIR FORCE BASE RMA LAND CONSTRUCTION 18.462 1000% 4655 ARTE SIA PILAR IMPRV SANTA ANA SANTA ANA. CITY OF 2.157.719 1000% WORK EXPERIENCE 11-30-09 OPEN JOBS EST. FINALCONTRACT Jmb it Protect Description PROJECT NAME WORK WORK COMPL. BACKLO( 4656 4(358 4661 4662 4669 4670 4673 4675 4676 4677 4678 4679 4680 4681 4683 4684 4685 4686 4689 4690 4692 4693 4695 4697 4698 4699 4700 4702 4703 4705 4707 4708 4709 4710 4711 4712 4713 RTE 23/118:SIMIVALLEY LA PALMA AVE.:ANAHEIM BIKE ROUTE:LONG BEACH R-6762 VARIOUS SITES:COMPTON USD HARBOR PLZA/ONS WAYROLB 7430 6TH & COLORADO:SANTA MONICA EQUIP RENTAL/BCH MAINT:LNG BCH TAXIWAY CA & G:BUR-GLEN-AIR BNSF-WASH/INDIANA: VERNON DWP 1ST ST. TRUNK UNE:LOS AN CERRITOSIORANGE SEWER:CYPRESS HANSCOM/PETERSON AVE.:SO. PASA KAISER -IRIS AVE:MORENO VALLEY ARBORVITAE ST.:LA_ C-115478 BROADWAY STRWREDONDO BEACH 08-09 OVRLAY/SEAL•SANTA CLARA IMPERIAL HWY:OR GO 12-OJ0904 MARYMOUNT H/S:LOS ANGELES W VIA ACOSTA:MONTEBELLO BNSF-POLA:BNSF R/R CENTINELAIA TIJERAlLA CIENEGA: OAK HART HS:OAK PARK NO STATE COLLEGE -LOT E:FULRTON BUR/GLEN.PASA AIRPORT:BURBANK HARBOR PLAZA BLVD:LONG BEACH KAISER -BELLFLOWER BLVD:DOWNEY IMPERIAL HWY ST IMPRV:LYNWOOD KAISER CANTERA ST:PANORAMA CTY AIRCARRIER RAMP:LB ARPRT R6777 WASHINGTON BLVD:CULVER CITY GRAVES AVENUE:000NTY OF LA CONC P-IT-HOBART YD:BNSF RES ST REPAIR PH VI:SANTA ANA IMPERIAL HWY-BREA GATEWAY:WATT CONSTITUTION AVE.:LOS ANGELES SAN DIMAS BL:SAN DIMAS 2009-04 ELECTRIC AVE STRM DRN:SEAL BCH C. A. RASMUSSEN, INC. PCL CONSTRUCTION SERVICES CITY OF LONG BEACH COMPTON UNIFIED SCHOOL DIST PORT OF LONG BEACH C. A RASMUSSEN. INC. CITY OF LONG BEACH BURBANK/GLENDALE/PASADENA BURLINGTON NORTHERN SANTA FE SAGE CONSTRUCTION CITY OF CYPRESS CITY OF SOUTH PASADENA KAISER FOUNDATION HEALTH PLAN CITY OF LOS ANGELES -DPW CITY OF REDONDO BEACH CITY OF SANTA CLARITA CALTRANS - ORANGE COUNTY W.S. KLEM CONTRACTORS CITY OF MONTEBELLO BURLINGTON NORTHERN SANTA FE PLAYA CAPITAL CO C. A. RASMUSSEN, INC. BALI CONSTRUCTION BURBANK/GLENDALE/PASADENA TUCKER ENG KAISER FOUNDATION CITY OF LYNWOOD KAISER FOUNDATION HEALTH PLAN CITY OF LONG BEACH CITY OF CULVER CITY LOS ANGELES COUNTY DEPARTMENT BURLINGTON NORTHERN SANTA FE SANTA ANA, CITY OF WATT COMPANIES TOTAL TEAM CONSTRUCTION CITY OF SAN DIMAS CITY OF SEAL BEACH 31,998 726,300 277,703 127,142 743,375 17,534 69,175 3,469,876 916.740 155,681 502,688 1,386,681 538,412 1,929,687 100,489 5,231,122 1,215,217 150,000 534,654 71,000 1,242,662 54,344 15,785 52,580 175,000 117,816 944,965 32,980 4,674,935 489,536 386,000 161,000 2,913,200 76,110 329,980 1,827,282 1,653,458 100.0% 100.0% 59.4% 100.0% 95.1% 100.0% 100.0% 100.0% 99.2% 100.0% 100.0% 57.3% 99.7% 16.8% 98.8% 98.0% 100.0% 100.0% 98.6% 0.7°% 0.7% 100.0% 100.0% 7.8% 20.7°% 0.0% 48.9°% 95A% 0.7°% 68.3°% 3.2°% 64.9°% 2.5°% 100.0% 0.1% 19.6°% 1.0°% 112,63. 36,08, 6,965 592,548 1,513 1,605,491 1,178 103,372 7,459 70,529 1,233,915 48,486 138,738 117,816 482,779 2,239 4,643,710 155,065 373,575 56,536 2,841,056 329,622 1,469,287 1,637,637 Job # 3843 4103 4348 4650 4653 4672 4682 4706 4714 4340 4416 4442 4497 4535 4568 4578 4588 4593 4599 4600 4606 4642 4704 4129 4466 4490 4492 4515 4531 4545 4558 4559 4572 4577 4582 4587 4591 4594 4604 4609 4627 4629 4633 -4635 WORK EXPERIENCE 11-30-09 CLOSED JOBS Project Descriptlon LAUREL CYN. LOS ANGELES HOLLAND CANAL:CO LA PH 3 CONT YD EXP PIER H07050 SPEED HUMPS -VAR LOC:PASADENA GEM CENTER:LOS ANGELES 5901 7TH ST VA HOSP:LONG BEACH AVALON ST:WILMINGTON PLOT @ SHORELINE DR:LONG BEAC FLORENCE AVE WALNUT PARK:TESTA SLAUSON AVE. @ SR -90 CULVER STIMSON AVE.# 07-8511A PUENTE SEPULVEDA BLVD. 2007-3001 CALIFORNIA BLVD.:PASADENA SHENANDOAH E/S:LAUSD 0810124 NUEVA VISTA E/S:BELL PACOIMA MIDDLE SCH:PACOIMA EAGLE ROCK WS:LAUSD 0810277 LOWELL EL SCH:LONG BCH USD VARIOUS SITES:COMPTON USD ANCHORAGE RD:LONG BEACH PERRY LINDSEY ACADEMY:LONG BCH WOOD BLVD:LA CO AFL-CIO WASHINGTON ST:SANTA ANA NO. SCIENCE BLDG. MT.SAC LA CO SANI DIST:SITE IMPRV VARIOUS LOC:LB TRANSIT TIERRA REJADA RD/2ND ST:MORPRK MT. SAC PAY LOT B MOD CAL CARTAGE:WILMINGTON BERTHS 261-267:CON-PACIFIC LA PALMA AVE.:ANAHEIM BERTH 302-305:PORT OF LA VARIOUS LOCATIONS:LONG BEACH SLAUSON OVERPASS:BELL 2007-08 ST IMPRV:INGLEWOOD COLUMBUS ELEM SCRGLENDALE LAS BRISAS ST:SIGNAL HILL FIRE LANE UCI:IRVINE MADISON ELEM. SCH: REDONDO BCH JUVENILE HALL:ORANGE SHEILA ST.:COMMERCE WASHINGTON BLVD:MARINA DEL REY WEST/BALL:ANAHEIM JOHN WAYNE AIRPORT:BALI PROJECT NAME CNY OF LOS ANGELES -DPW LOS ANGELES COUNTY DEPARTMENT PORT OF LONG BEACH CITY OF PASADENA HATHAWAY DINWIDDIE CONSTRUCTIO MOTORCYCLE SYSTEMS BIGGE CRANE 8 RIGGING CO. CITY OF LONG BEACH TESTA CONSTRUCTION PLAYA CAPITAL CO CITY OF LA PUENTE PLAYA CAPITAL CO CSI ELECTRIC CONSTRUCTION LOS ANGELES UNIFIED SCHOOL PREMIER WEST TORRES CONSTRUCTION LOS ANGELES UNIFIED SCHOOL LONG BEACH UNIFIED SCHOOL DIST COMPTON UNIFIED SCHOOL DIST R.E. SCHAEFER INC. LONG BEACH UNIFIED SCHOOL DIST LA CO FED OF LABOR AFL-CIO PATRIOT ENVIRONMENTAL SERVICES MT. SAN ANTONIO COLLEGE LOS ANGELES COUNTY SANITATION LONG BEACH TRANSIT CITY OF MOORPARK MT. SAN ANTONIO COLLEGE CAL -CARTAGE CONNOLLY-PACIFIC PENNER PARTITIONS DYNALECTRIC LONG BEACH TRANSIT CITY OF BELL CITY OF INGLEWOOD CHARLES PANKOW BUILDERS. CITY OF SIGNAL HILL UNIVERSITY OF CALIF -IRVINE REDONDO BEACH U.S.D. ALCORN FENCE ELECTRO CONSTRUCTION PCL CONSTRUCTION SERVICES .BALI CONSTRUCTION BALI CONSTRUCTION Final Contract Amount 807.100 299.025 23,552,507 38.130 6.700 5,445 6,725 5,800 1,000 2,755,625 396,099 594,814 14,982 733,279 206,362 13,892 1,139,422 541,572 837,133 7,710 1,074,447 8,388 8,441 910;385 2,453,930 879,832 3,167,306 224,919 18,500 174,979 15,895 1 147,364 74,614 548,259 224,715 146,749 907,704 72,219 476,412 2,698 129,305 16;816 15,536 46u_ I Fut'if- ii. Pti.,,'I},1 !'J Li. SHAH L;.61Nuuf.•m;Ali1 41,'15 4667 34TH ST USC LOS ANGELES UNIVERSITY OF SOUTHERN CALIF 134.903 4688 SULPHUR PRISISAR:SANTA PAULA C. A RASMUSSEN, INC 16.824 4671 R SI7FIGUEROA KAISER WLLMINGTN KAISER PERMANENTS (USE) 8.450 WORK EXPERIENCE 11-30-09 CLOSED JOBS Flnal Contract Job # Project Description PROJECT NAME Amount 4674 OLDEN ST.:SYLMAR TUTOR SALIBA PERINI, JV 36.710 4687 RIVERSIDE DR110TH ST:CHINO CHARLES KING COMPANY 7,597 4688 12TH 8 BROADWAY:LOS ANGELES MLADEN BUNTICH 8,200 4694 KAISER VERMONT AVE:HARBOR CITY KAISER PERMANENTE (USE) 1,200 4696 ALVARADOISANTA YNEZ:LOS ANGELE TUCKER ENG 92% 4701 VENIZIA/LINCOLN:LOSANGELES WORLD OIL 3,190 4211 VARIOUS INTERSECTIONS:LONG BCH C.T.B F. INC. 306,515 4295 CULVER BLVIVISTA DEL MAR: PLAYA CAPITAL CO 1,601,060 4319 REDONDO AVE:LONG BEACH R-6681 CITY OF LONG BEACH 221,979 4339 VARS LOC., C/O LNG BCH R6703 CITY OF LONG BEACH 1,353,277 4434 IMPERIAL HWY:DOWNEY#55 585 CITY OF DOWNEY 2,427,816 4443 INGLEWOOD AVE.:RB 40420-40302 CITY OF REDONDO BEACH 540,525 4454 UCI:IRVINE HENSEL PHELPS CONSTRUCTION CO. 58,853 4522 BELMONT PIER PLAZA:LB R6660 CITY OF LONG BEACH 514,419 4541 CAMINO REAU182ND ST:REDON00 CITY OF REDONDO BEACH 444,555 4569 MIDWAY/39TH PILLONG BEACH SAFEWAY INC: VOLAS SUB DIVISION 6,353 4584 VARIOUS LOCATIONS:SANTA ANA SANTA ANA, CITY OF 3,570,920 4586 7TH ST.:LONG BEACH R-6722 CITY OF LONG BEACH 1,782,650 4126 UNIVERSITY AVE.:RIVERSIDE CITY OF RIVERSIDE 2,431,003 4483 BOB HOPE AIRPRT:BURBANK E06-53 BURBANK/GLENDALE/PASADENA 13,177,103 4524 VERDUGO/BARRINGTON:GLENDALE CITY OF GLENDALE 585,432 4596 MAT ARRESTING SYS:BURBANK ARPI BUR BANK/GLENDALEIPASADE NA 3,642,247 4608 TAXIWAY DELTA:LONG BEACH R6757 CITY OF LONG BEACH 816,228 4619 SO REGION ELEM SCH #7:LAUSD LOS ANGELES UNIFIED SCHOOL 415,720 4645 USC-SCH CIN ARTS:LOS ANGELES HATHAWAY DINWIDDIE CONSTRUCTIC 19,130 4481 CERRITOS/EL RITO AVE.:GLENDALE CITY OF GLENDALE 1,197,065 4499 KAISER CANTARA Sl PANORAI.IA KAISER FOUNDATION HEALTH PIAN 81.999 20 1% 4502 WEST CHAPMAN SEWER.GG7605 GARDEN GROVE SANI DIST 1.967.739 100.0% 4505 TOPANGA 8 VICTORY WESTFIELD WESTFIELD DESIGN 8 CONSTRUCTIO 2.598.409 936% WORK EXPERIENCE 11-30-08 OPEN JOBS Uob 9 Project Deacrlpllon 4 507 4 508 4515 4516 4522 4523 4524 4526 4530 4531 4534 4535 4541 A545 4548 4549 4552 4553 4558 4559 4566 4567 4568 4569 4571 4572 4573 4574 4577 4578 4582 4583 4584 4585 4586 4587 4588 4590 4591 4592 N. BRAND BLVD:GLENDALE ALVARADO TRANSIT CORRIDOR: MT. SAC PAY LOT B MOD TUSTIN AVFAST ST:MCCARTHY BELMONT PIER PLAZA:LB R6660 KAISER:BALDWIN PARK V E RD U G O(BA RR I N G T ON: G LE N DA LE LAKEWOOD BLVD PH 2:DOWNEY VARIOUS LOCATIONS:CULVER CITY CAL CARTAGE:WILMINGTON 7TH d CATALINA:LOS ANGELES SHENANDOAH E/S:LAUSD 0810124 CAMINO REAU182ND ST:REDONDO BERTHS 261-267:CON-PACIFIC KAISER.:HARBOR CITY RAMIREZ CANYOWMAUBU 06821 JOHN WAYNE AIRPORT:CO OF ORG PACIFIC COAST HWY:DANA POINT LA PALMA AVE.ANAHEIM BERTH 302-305:PORT OF LA CLEVELAND HS:RESEDA LANKERSHIMNARIOUS LOC:LA NUEVA VISTA E/S:BELL MIDWAY/39TH PLLONG BEACH AVE. 451FIGUEROA:HIGHLAND PARK VARIOUS LOCATIONS:LONG BEACH ATHERTON STRM DRAIN:LB R-6732 SOUTHERN/GARFIELD:SOUTH GATE SLAUSON OVERPASS:BELL PACOIMA MIDDLE SCH:PACOIMA 2007-08 ST IMPRV:INGLEWOOD OLYMPIC/CENTINELA:SANTA MONICA VARIOUS LOCATIONS:SANTA ANA PAVEMENT REHAB:WESTLAKE VILLAG 7TH ST.:LONG BEACH R-6722 COLUMBUS ELEM SCH:GLENDALE EAGLE ROCK HIS:LAUSO 0810277 07-08 ROYAL AVE:SIMI SV08-02 LAS BRISAS ST:SIGNAL HILL 07108 MADERA RD:SIMI SV08-05 PROJECT NAME HATHAWAY DINWIDDIE CONSTRUCTIO LA COMMUNITY REDEVELOPMENT AGY MT. SAN ANTONIO COLLEGE MCCARTHY PACIFIC DIVISION CITY OF LONG BEACH KAISER PERMANENTE (USE) CITY OF GLENDALE CITY OF DOWNEY CITY OF CULVER CITY CAL -CARTAGE HENSEL PHELPS CONSTRUCTION CO. LOS ANGELES UNIFIED SCHOOL CITY OF REDONDO BEACH CONNOLLY-PACIFIC KAISER FOUNDATION TORRES CONSTRUCTION JOHN WAYNE AIRPORT CITY OF DANA POINT PENNER PARTITIONS DYNALECTRIC LOS ANGELES UNIFIED SCHOOL LA COMMUNITY REDEVELOPMENT AGY PREMIER WEST SAFEWAY INC: VOLAS SUB DIVISION BUNTICH PACIFIC JT VENTURE LONG BEACH TRANSIT CITY OF LONG BEACH MLADEN BUNTICH CITY OF BELL TORRES CONSTRUCTION CITY OF INGLEWOOD BAYLEY CONSTRUCTION SANTA ANA, CITY OF CITY OF WESTLAKE VILLAGE CITY OF LONG BEACH CHARLES PANKOW BUILDERS. LOS ANGELES UNIFIED SCHOOL CITY OF SIM) VALLEY CITY OF SIGNAL HILL CITY OF SIMI VALLEY EST. FINAL CONTRACT 217,460 2,140,870 224,919 233,937 514,419 339,000 617,495 2,047,150 801,667 18,500 73,954 744,408 444,555 174,979 58,500 400,635 1,538,269 5,792,241 15,895 35,000 1,304,212 1,143,779 206,362 6,353 76,100 147,364 1,318,294 27,300 74,614 13,892 548,259 1,961,558 3,564,725 2,125,397 1,713,347 225,945 1,145,847 1,791,856 142,749 711,585 WORK COMPL. 97.2% 72.2% 100.0% 100.0% 100.0% 71.3% 98.5% 92.2% 100.0% 71.1% 100.0% 99.8% 98.8% 99.9% 85.7% 99.5% 89.3% 49.3% 100.0% 3.5% 90.4% 5.5% 100.0% 100.0% 100.0% 52.1% 89.5% 100.0% 100.0% 96.1% 100.0% 99.2% 99.8% 100.0% 99.9% 95.0% 86.8% 93.6% 97.5% 100.0% 65, 167 WORN BACKLC 6, 7 594,2 97,3: 9,2; 159,9' 5,35 1,58 5.53 9 8,35: 1,997 164,41A 2,936.2W- 33.773 124,921 1,080,360 70,535 138,165 541 15,497 6,241 929 11,319 151,754 113,799 3,597 4643 PLAYA VISTA -CAMPUS CAP PAVING PLAYA CAPITAL CO 336.600 10% 33 4645 USC-SCH CIN ARTS:LOS ANGELES HATHAWAY DINWIDDIE CONSTRUCTIO 19.130 19.4%. 1 4646 CALIFORNIA BLVD, PASADENA HATHAWAY DINWIDDIE CONSTRUCTIO 37,426 0.0% 3 4647 WOODS AVE SEWER:FULLERTON CITY OF FULLERTON 1.090.322 0.8% 1,08 4648 BANDINI BLVD:BNSF7VERNON BURLINGTON NORTHERN SANTA FE 457,993 0.0% 45 .t4:c IU!.tlI,SGiJ,0LI(t',@�,; Iiv( Ii. kr 4i:.;':,,i II'. -.i "35.163 4439 DESOTOAVE CHAiSWORTH 1ALADENBUN1ICH 9.437 WORK EXPERIENCE 11-30-08 CLOSED JOBS Final Contract Job # Project Description PROJECT NAME Amount 4440 226TH ST./CLARETTA:HAW GRDNS CITY OF HAWAIIAN GARDENS 92,155 4444 ALLEN AVE ST/STRM DRN: #3210 CITY OF GLENDALE 279,890 4445 RAYMOND ST RASADENA DAMON CONSTRUCTION COMPANY 25,155 4448 MARYMOUNT HIGH SCHOOL:L.A. W.S. KLEM CONTRACTORS 856,482 4450 ST. IMPRV:LYNWOOD 05.5261 CITY OF LYNWOOD 766,795 4451 OVERLAY SLURRY SEAL 06-07 CITY OF SANTA CLARITA 5,503,565 4452 4082-4092 GLENCOE:LA. WEST BUILDERS 309,434 4453 ST IMPROVEMENT06-07:INGLEWOOD CITY OFINGLEWOOD 479,793 4456 EL DORADO E/S:SYLMAR LOS ANGELES UNIFIED SCHOOL 794,632 4457 ACCESS RD REPAIR:LA FCCON1046 LOS ANGELES COUNTY DEPARTMENT 499,954 4461 CDR 233 UPGRADE: FCC0001023 L.A.000NTY DEPT. PUBLIC WORKS 374,942 4462 VIRGINIA STEL SEGUNDO CITY OF EL SEGUNDO 92,774 4463 MODULAR SITE:EL CAMINO COLL EL CAMINO COMMUNITY COLL DIST 147,800 4464 WASHINGTONIGRANDE :BF46013 BURLINGTON NORTHERN SANTA FE 1,122,915 4465 CANTARA ST:KAISER F02597017-00 KAISER FOUNDATION 106,978 4467 VALLEYHEART DR:SHERMAN OAKS ST. FRANCIS DE SALES 135,875 4469 HALDEMAN RD:RUSTIC CYN HOA RUSTIC CANYON HOME OWNERS ASSO 58,395 4470 LATIMER RD RUSTIC CYN HQA RUSTIC CANYON HOME OWNERS ASSO 66,500 4471 ANAHEIM ST.:LONG BEACH 07-019 LONG BEACH TRANSIT 244,032 4474 LOOP RD IMRV:IRVINE HATHAWAY DINWIDDIE CONSTRUCTIO 2,996,158 4475 6TH & PCH:BOVIS BOVIS LEND LEASE, INC. 10,686 4477 WEST LA COLLEGE:LACC #70331 L.A. COMMUNITY COLLEGE 186,054 4479 UNION AVEIBEVERLY BLVD.:L.A. SNYDER LANGSTON 55,297 4480 EAST OLIVE AVE:BURBANK CITY OF BURBANK 313,656 4484 UNIVERSITY HIGH SH:LOS ANGELES TORRES CONSTRUCTION 88,537 4486 BLUFF CREEK DR:PLAY VISTA COLICH & SONS 207,560 4489 BUR/PAS/GLEN AIRPORT E07-11 BURBANK/GLENDALE/PASADENA 380,925 4491 WESTFIELD DESIGN CENTER WESTFIELD DESIGN & CONSTRUCTIO 29,118 4493 FREEDOM DRIVE:CALABAS 07-08-04 CITY OF CALABASAS 82,619 4494 SPAZIER AVE.:BURBANK ENVIRONMENTAL QUALITY MGMNT 25,977 4495 PORT OF LONG BEACH:RYAN CO. THE RYAN CO. 16,091 4496 POLICE SHOOTING RANGE:LAGUNA CITY OF LAGUNA BEACH 51,837 4498 VAGABOND:MONTEREY PARK CITY OF MONTEREY PARK 89,325 4500 CAMPUS AVEIARTISAN WAY:PIA VST CSI ELECTRIC CONSTRUCTION 4,200 4501 GAGE AVE.:BELL CITY OF BELL 25,375 4503 GRANADA HILLS E/S:TORRES CONST TORRES CONSTRUCTION 50,496 4504 BERENDO MIDDLE SCHOOL:TORRES TORRES CONSTRUCTION 207,053 4506 LAKE FOREST (VARIOUS): ORANGE ORANGE COUNTY 32,744 4509 KAISER ROSCOE BLVD:PANORAMA CY KAISER FOUNDATION 100,937 4510 LIGGIT E/S:TORRES TORRES CONSTRUCTION 84,479 '1!)0.935 32,189 8,784 9.386 8,939 3,486 Final Contract Amount 16,600 44,041 27,441 47,068 728,533 i: .i.:rr OJ IMPI, 0.9..Eka i, o:�i.I d•: �: In.•L l: i iii; ,v-.l:i 4539 99 NILSHIRE BLVD BEV HILLS PSOMAS 4601 SHEILA BINDIANA. COMMERCE ELECTRO CONSTRUCTION 4602 CALSTATE NORTHRIDGE HATHAWAY DINWIDDIE CONSTRUCTIO 4610 SEPULVEDA BLVD LONG BEACH B 6 D CONTRUCTION j 4614 LOMITA BLVD.:WILMINGTON ELECTRO CONSTRUCTION WORK EXPERIENCE 11-30-08 CLOSED JOBS Job # Project Description PROJECT NAME 4617 SEPULVEDA BL (HARBOR):LONG BCH B 8 D CONTRUCTION 4622 O 8 E YARD CROSSINGS:COMMERCE LOS ANGELES JUNCTION RAILWAY 4634 SPRINKER FITTERS UA LOCAL 709 SPRINKLERS FITTERS LOCAL 709 4644 LOS ANGELES HATHAWAY DINWIDDIE CONSTRUCTIO 4042A GAYLEY AVE:WESTWOOD TUTOR SALIBA PERINI. JV '1!)0.935 32,189 8,784 9.386 8,939 3,486 Final Contract Amount 16,600 44,041 27,441 47,068 728,533 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 NON -COLLUSION AFFIDAVIT State of California ) 106 AIIVELE� ss. County of 0. P. BROWN being first duly sworn, deposed end says that he or she is PRSIt1EPt of t:: `,4.y the party making the foregoing bid; that the bid is not made in the int4fest=6f, br on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. a rs NFSSP! \ �! Bidder Authorized Signature/Title_ Subscribed and sworn to (or affirmed) before me on this day of .JUN `7 1012 , 2012 by C. € gRoWii , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. C444& Notary Public C. Phit s, Notary Public C. PHILLIPS [SEAL] COMM. #1809758 .._ o Notary PubllaCalifornia My Commission Expires: b—Ito- 2011 LOS ANGELES COUNTY W My COMM. Expires Aug. 16, 2012 �( 13 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 DESIGNATION OF SURETIES 'A,L,n IATU Bidders name<,fi fly, 11=ra Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): aUo� �l0 c�'rin 14 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries,Summary--Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2011 2010 2009 2008 2007 Total 2012 No. of contracts "1 Total dollar Amount of `L Contracts (in �'1� ��� ��� �Pa�� 1A~ 1 Thousands of $� No. of fatalities 0 V No. of lost Workday Cases O I 61' No. of lost workday cases involving �} permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries,Summary--Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder PALP, INC'(CBA EXCEL PAVING COMP 2M LEMONAVENUE AW Business Address: LOONG-AEACH, CA 1986nc Business Tel. No.: (562) 599-5841 State Contractor's License No. and Classification: STATE LIG, 66$659'A,4 Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder �. Date Title MUNE 7012 c% e, FOE, s'IGEi Signature of bidder l C Date .;UN - 7 2012 Title miupu F: OHAKU1ICH ASSY SECRETARY Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. (NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI IN CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles .JUN -7 1012 On before me, C. PhJ11Jp5,__Notary Public (Here mucic nanx and title of the officer) • • ••' • • i •.I• •• MichpIp E_--arakillich who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that#ne{&cAhey executed the same in kis&x/their authorized capacity(ies), and that by hishor/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. •. • f 0. PHILLIPS WITNESS my hand and official seal. ""` ;, comm. 01800758 N Notery Ptlt'llM4,011f0f1da LOS ANOI<.L1 COUNTY t - (Notary Sea]) MY ®titin pltH� Aub, > ®, 2012 Signi of Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document cordinued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 waw NotaryClasses com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Cal(fornia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and anached to (hat document. The only exception is j a document is to be recorded oruside of California In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. cert&ng the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if requhed • State and County information must be the State and County where the document signers) personally appeared before the notary public dor a cknowledgmetmt. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a conuna and then your title (notary public). • Print the namc(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. hetshe/Ovey, is late ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • the notary seal impression must be clear and Wititographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of tux notary public must match the signature on file with the office of the county clerk. 4 Additional umformation is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and dale. S Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i e CEO, CFO, Secretary). • Securely attach this document to the signed document City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 ACKNOWLEDGEMENT OF ADDENDA omP UNICASA Bidders name UIC� t, PAVING OUB, W The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 17 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: G`"�eI<.F; !NP,.DBA�-1Gtvl. PAVING �tJl�lPAW Name of individual Contractor, Company or Corporation 2e. LEMONsu AVENUE h..i,NG BEACH, CA 90 Business Address: Telephone and Fax Number: `562) 590-584-1 FAX (562)591®7485 California State Contractor's License No. and Class:. TE f c, 6BGG59 (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: �,t� 1` List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: 1►FTT Title Address CuR� P= Bf9W Curtis P. Brown III Vice President and Chief Operating Officer BnCe F E Flatt Vise President dGhief Financial Officer George R. McRae Vice President Michele E. Drakulich Telephone LGN i 5EACH, CA 90806 (562) a�RO.5841 Corporation organized under the laws of the State of GAUFOR NIA The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; 0\h- Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/ ge cy? If so, explain. A Have you ever failed to complete a project? If sio,texplain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. PALP INX.DRA N. Bidder (Print name of Owner or President of Corporation/Company) r� Authorized Signature/Title Title JI IN -7 7017 Date On before me,Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 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. AAl y (SEAL) Notary Public in and for said Stet My Commission Expires: 20 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of T r s Angel es On JUN -7 1011 before me, C Phillips, Notary Public (Dere war, name and title of the officer) personally appeared C. P. Br who proved to me on the basis of satisfactory evidence to be the personal whose nameW is/;tee subscribed to the within instrument and acknowledged to me that he/skmtWexecuted the same in his&n1hnoir authorized capacity9gs),, and that by hisAwt"ei€ signature(a) 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. ,, � G. PctIL.' IPS WITNESS my hand and official seal. � �� ,, GoMrn �� 7h7� M Notary Publlrx;allforf119 LOS .ANGELF", COUNry 66 (Notary Seal) Mycomm, E,4ilrea Aug. W, 2012 11 Signature fNotaryPublic �� ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (l'itic) --- -- ❑ Partner(s) ❑ Attorney -in -Fact Cl Trustee(s) Cl Other - -- 2008 Version ('APA x'12 10 07 800-873-986ti stiww Notary('lasscs cont INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded mrlside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). please check the document earefullyfor proper notarial wording and attach this form if required • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be Ute same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at die time of notarization. • Indicate die correct singular or plural forms by crossurg off incorrect forms (i.e. lretshelthey- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording • The notary seal impression must be clear and photographically reproducible Impression nnsl not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment folmr. • Signature of the notary public must match the signature on file with the On -ice of the county clerk. Additional information is mol required but could help to ensure this acknowledgment is not misused or attached to a different document Indicate title or tyleof attached document, number of pages and date Indicate the capacity claimed by Ole signer. If Ure claimed capacity is a corporate officer, imclieate the title (i. e. CL'•0, (FU, Secretary) • .` ectuely attach this document to Ole signed document City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS LABOR AND MATERIALS PAYMENT BOND FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 CONTRACT THIS CONTRACT FOR PUBLIC WORKS entered into this _ day of , 2012, by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter City("City") and PALP, INC., DBA EXCEL PAVING COMPANY, a California corporation ("Contractor"), is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of (1) Distributing construction notices to affected businesses and residents; (2) construction surveying; (3) removing existing raised pavement markings, raised pavement markers, and existing traffic striping; (4) removing existing pavement, curb and gutter; (5) grinding (cold mill), clearing existing pavement surfaces of debris, soils, and other loose materials, reconstructing and overlaying roadway; (6) constructing curb and gutter; (7) adjusting utility and survey facilities; (8) installing truncated domes, traffic striping, pavement markings, and raised pavement markers; (9) coordinating with outside utility owners to have facilities raised to grade and (10) other incidental items to be completed in work place required by the Plans and Specifications. 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, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4882, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"). 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: 22 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 Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 50/100 Dollars ($657,265.50). 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 time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Attention: Patrick Arciniega (949)644-3347 CONTRACTOR PALP Inc., dba Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 562-599-5841 562-591-7485 Fax F. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. 23 Coverage and Limit Requirements. Workers' Compensation. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and employer's liability insurance with limits of at least one million dollars ($1,000,000) each type for Contractor's 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 State of California, Section 3700 for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the required certificate of insurance, a copy of such waiver of subrogation endorsement. b. General Liability. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) General Aggregate and two million dollars ($2,000,000) Products and Completed Operations Aggregate for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. Coverage shall be at least as broad as that provided by Insurance Services Office form CG 00 01. None of the policies required herein shall be in compliance with these requirements if they include any limiting endorsement that has not been first submitted to City and approved in writing. C. Automobile Liability. 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 Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. Builders Risk. For Contracts with Construction/Builders Risk property exposures, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special form causes of loss with limits equal to one hundred percent (100%) of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide the City with a copy of the policy. 2. Other Insurance Provisions. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and an additional insured endorsement for general liability. Insurance certificates and endorsements must be approved by City's Risk Manager prior to 24 commencement of performance or issuance of any permit. Current evidence of insurance shall be kept on file with City at all times during the term of this contract. 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 bond documentation. City reserves the right to require complete, certified copies of all required insurance policies, at any time. b. General liability insurance provisions. Primary and excess or umbrella liability policies are to contain, or be endorsed to contain, the following provisions: 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. 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. Contractor shall submit to City a copy of the additional insured endorsement along with the required certificates of insurance. 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. 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. 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. Notice of Cancellation. Contractor agrees to oblige its insurance broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage except for builder's risk insurance. The builder's risk policy will contain or be endorsed to contain a provision providing for 30 days written notice to City of cancellation or nonrenewal, except for nonpayment for which ten (10) days notice is required. e. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If contractor's existing coverage includes 25 a self-insured retention, the self-insured retention must be declared to City. City may review options with the contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. f. 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 Contract. g. Waiver. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers, or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. h. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. Requirements not. Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. City's Remedies. City shall have the right to order the Contractor to stop Work under this Contract and/or withhold any payment(s) that become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. In the alternative, City may purchase the required coverage and charge Contractor the cost of the premiums or deduct the cost from Contractor's payments. k. Coverage not Limited. All insurance coverage and limits provided by contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other Contract relating to the city or its operations limits the application of such insurance coverage. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any services under this or any other contract or Contract with the City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate 26 of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City within five days of the expiration of the coverages. G. RESPONSIBILITY FOR DAMAGES OR INJURY 1. 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. To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any work performed or services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 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. The rights and obligations set forth in this Article shall survive the termination of this Contract. 27 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. 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 dates written below. APPROVED AS TO FORM OFFICE OF THEITY ATTORNEY Date: LZ - Aaron C. Harp City Attorney ATTEST: Date: ill J TZ a� 11) - h&�� Leilani I. Brown City Clerk �UftNO' W CITY OF NEWPORT BEACH A California Municipal Corporation and City and Chartef City Date: A` /y// �1 Nancy Mayor PALP, INC., DBA EXCEL PAVING CO. A California Corporation By:� �-✓ (Corporate Officer) Title: President Print Name: Curtis P. Brown Date: 7 - t (.-- f '0— By: )\-� � ('k�J-� � , 4-�o J(J tk-/ (Financial Officer) Title: Assistant Secretary Print Name: Michele E. Drakulich Date: '7l. ( ( • - I CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On — 1 (o — before me, C. Phillilz�,_ No a �_.h�ic (Here uuert nerve and title of the officer) - personally appeared C -p B owm and Michela F- Tlrakrullr h who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me thatfdhey executed the same in kti&tor/their authorized capacity(ies), and that by h/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. ', C. PHILLIPS COMM. #1809758 Notary Public -California N (Notary Seal) LOS ANGELES COUNTYIL Si of N Iic My Comm. Expires Aug. 16, 2012 ADDMONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document corninucd) Ntunber of Pages Document Date (Additional information) CLAIMED BY THE SIGNER vidual (s) 7PACITY porate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12 10.07 800-873-9865 www NotaryClassc.s com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Cal(fornia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be property completed and attached to that document. The only exception is if a document is to be recorded outside of Colffo.•nia /n such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that it illegal for a notary in California (i.e. cert(%yr'ng the auvwized capacity of the signer). Please check the document carefully for proper notarial wording and attach tdt form tf required • State and County information must be the State and County when the document signers) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your tide (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Wshe/dwy is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and pjiotographically reproducible. Impression must not cover text or lutes. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of Ole county clerk. <• Additional information is not requirrd but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and dale. v Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, ('FO, Secretary). • Securely attach this document to the signed document City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 BOND NO. 8229-94-07 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3,615.00 being at the rate of $ varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the "Principal", a contract for construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH, Contract No. 4882 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 Contract No. 4882 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance Company 'duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 50/100 Dollars ($657,265.50) 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. 29 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for 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 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 16th day of July , 2012. / PALP Inc, dba Excel Paving Company (Principal) Authorized Signature/Title CA BROWN, PRESIDENT Federal Insurance Comoan Name of Surety MtJthorized AgerftSignature Douglas A. Rapp 15 Mountain View Road, Warren, NJ 07059 Attorney in Fact Address of Surety Print Name and Title (908)903-2000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL-PURPOSE CER'TIFICAT'E OF ACKNOWLEDGMENT State of California County of LOS Angeles _ On � - l _L before me, personally appeared C.P. Brown C. Phillips_ Notary. Public - I line wsat rune and uac ai to uflicn I who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ism subscribed to the within instrument and acknowledged to me that heJaha/3bsy executed the same in hishhesftkadr authorized capacity(ies), and that by his /"resignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify tinder PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 0�)'Comm C PHILLIPS91809758turnia WITNESS m hand and official seal. NOSANotary ELES .BUNNYLOS ANGELES COIi6.2 k . Explres.qug. 16.2a12� zea. vsxm.-F.3. Signature: nary Public MOhu1•SWl ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Cl Corporate Offi"i (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ OUier 208 Version CA PA v 12 I1)(17800.8)LJ,86S ++.+.v ldot"'i-CInssry rani INSTRUCTIONS FOR COMPLETING TI -IIS FORM Arty acanowlerlgww eonipleted in Ca/j/ornis must contain verbiage uaclfy at appear, above in the rotary ,cron oro .[para, ac,tnow/edgmrra/arm mart be property completed and artached to that document. The only e.cepdan it rf a docamem u to be recorded oiu.ide of Colifomra In .Lich imear,cet, any alternative ackn reledgmeti verbiage ar may be printed on such a doeumera w Torg at the verbiage doe. rwr require it,, rotary to do .omeUdng Nat u dlegul far a notary in California (ie. cert&ng rhe authorized capacity of rhe Agner). Please check the document carvNly far proper notarial warding and ariach Nfs form If required Stale and county information must be the Stas[ and County wbere the document signer(s) persqully appeared before the notary public for acknowledgment. Date of notui.atiar, must be Ute date that the signer(s) personally appeared which must also be the same date she acknowledgment is completed. The rotary public must print his or her time as it appears within his or her cortrnission followed by a comma and then your side (notary public). Print the namds) of document signors) who personally appaer et the Lime of notaru-tion. Indicate the correct singular or plum) forms by crossutg off incorrect forms (i.e. hdshe/dwy- is iare) or circling des correct forms. Failure to correctly indicate this information may lead to rejection of document recording - The notary sol impression must be clear and p¢oogmphically reproducible. Impression must not cover Icm or lutes. If seal impression smudges, re -seal if e sufficient area permits, otherwise complete a different acknowledgment form. Signature of ale awmry• public must match the signature on file with the office of Lila county cicrit C Additional mfomhanon is tot iNtured but could holp to cmure this ackrwwdWgnhemt is not misused or attached to a diffore l document. btdicale title or tylx of attached docun'ient, number of page end date Indium dm capacity claimed by the signor, If Ute claimed cal'eeity is a cogwrate oricei. indime the tide 0 c CFO, CFO, secretary) Securely auaeh 1114 docunwnt to die signal drti.unlcnt ACKNOWLEDGMENT State of California County of Orange On 07/16/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp who proved to me on the basis of satisfactory evidence to be the person(09) whose name(') ishare subscribed to the within instrument and acknowledged to me that he/eheRHey executed the same in his/*ef4,4eir authorized capacity(it-*, and that by hisAh8FAhaif signature($) on the instrument the person(@), or the entity upon behalf of which the person(g) 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. �� °' of 3RA SWANSON � 'J� a°m COMAA. # 1822117 %© ® o NOTAiTt' PUBUGCPLIFORNIA � �" � ORANGE COUNTY �k,� My Corton Fxplres NOY 10, 2012 Signature �N&�Sa�L—w�sv�� (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California -------------------------- each as their We and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these p/rese�ntss annddaaffiixxeed their corporate seals on this 16th day of December, 2011. Kenneth C. W— ends[, Assistant Secretary 77 . Nonis, Jr., Vice President STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, perscnaltycame Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By. Laws of said Companies: and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By. Laws and in deponent's presence. .Notarial Seal 0,5,8wxi�t KATHERINE 1. ADELAAR NOTARY PUBUC 16 NEW JFRSFINr.2316665 CZComtlnission Expires July 18, 201® Notary Public CERTIFICATION Extract from the By. Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and m behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of allofney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys. in. Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such pourer of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power w executed and:mmlied by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I. Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (it) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the Oistncl of Columbia and are authorized by the U.S. Treasury Department: further, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island: and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seats of said Companies at Warren, NJ this 16th day of July, 2012. O U.Keeenneth C. WeVel. Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3.493 Fax (908) 903- 3656 e-mail: surety@chubb.com Form 15-10- 0225B- U (Ed. 5- 03) CONSENT City of Newport Beach MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH Contract No. 4882 BOND NO. 8229-94-07 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California; by motion adopted, has awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the "Principal," a contract for construction of MISCELLANEOUS PAVING REPAIR - BRISTOL STREET SOUTH, NEWPORT COAST DRIVE, AND JAMBOREE ROAD AT COAST HIGHWAY SOUTH, Contract No. 4882 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 Contract No. 4882 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, Federal 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 Six Hundred Fifty -Seven Thousand, Two Hundred Sixty -Five and 50/100 Dollars ($657,265.50) 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 specked in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 33 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 16th day of July —12012. PALP Inc. dba Excel Paving Company _Ci � .,L6-� (Principal) Autho ized Signaturerritle CA BROWN. PRESIDENT Federal Insurance Company Name of Surety 15 Mountain View Road, Warren, NJ 07059 Address of Surety (908)903-2000 Telephone thorized Age t Signature Douglas A. Rapp Attorney in Fact Print Name and Title (VOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACKED 34 CALIFORNIA ALL-PURPOSE CER'TIFICA'TE OF ACKNOWLEDGMENT State of California Count)' of On g -1 _._ beforcmc, C. Phi111ps, _Notary_ Public _ Oise mear,we end title of da Office,I personally appeared C. P. Brous, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is*.gtsubscribed to the within instrument and acknowledged to me that heJehm/ibpy executed the same in his6h;c heir authorized capacity(ies), and that by his4WfJ"Rsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 'T C. PHILLIPS r_„� n,�• COMM. ttlao975S v WITNESS my hand and official seal. <; � Notary Pu:dlr. Caatornia c w +�' LOS ANGELES COUNTY My Conlm, EirploiSAO;. 16, 2012 (NOary Seel) sem.,-r�av •o-'� Sigrsante of" Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Critic or dWcfiption ofatmchcd docrtmea(comtnued) Number of Pages _ Document Date (Additional information) CATACITY CLAINIMD BY THE SIGNER ❑ Individual (s) ❑ Corporate OJT= (Title) ❑ Partner(s) ❑ Altofney-in-f,act ❑ Trustee(s) ❑ Other _ 208 Version CAPA c1" 10 (17 8(p-411.480 a -.cur Moral) 'Irises coo, INSTRUCTIONS FOR CONMLETfNG IVIS FORM Any aclnow/<dym,r,v completed ,n Cdj/orno tri., contain verbiage eeaeity a, appears abo,e in the notary section or o separate ack a ledgmrert form mur( be properly completed and attached to that document. The a* esceptlon a !f a document u to be record,d .,aside of Califomia In such imtaree.r, any alterwfrve acbaw/edgmea, verbiage w troy be printed on such a docwnenir w long as the verb/age does rot require the rotary to do something that it dl,gal for o notery in California (t.e. eerWng the authorised capoidry of the signer). Pleat, check the docvmeru em,fWly/or proper notarial wording and attach Ods form yrequired. Suite red County information must be the State. and County where the document signers) personally appeared before the notary public for aeknowledgrrrau. Date of notarisation must be One date buil the signets) pr nally appeared which most also be the same date the acknowledgment Is completed. The rotary public must print his or her name as it appears widen his or her commission followed by a comma and then your title (notary public). Print the rounds) of document signers) who personally appear at die rime of notarization. Indiuts the eorrm singular or plural forms by crossing off incorrect forms (i.e. Iwhhdthat is late ) or circling the correct fomes. Failure to correctly indicate this infamultion may load o rejection of docunrcnl recording. - The notary sol impression must be clear and plioographically mproducibic. hnpression must not cover text or lines. If seal impression smudges, m -seal if a sufficient area permits, otherwise connplue a different uknowlatgnaem form, Signature of Oe notary, public nilyd match the sigriaruc on file wdi the office of die Wong,. clerk Additional inl'onnuitin is not required but could Iwlp to citsurc this achawlalgnicm is not misused err attached to a diff -mitt dM)mncmt Indicale title or type of attached document, nunber of Pages and date Indica(, die capacity claimed by One signor. If Om claimed capacity is a cogwrete office,, indiwtn the title h c CHO. CFO, sccrctnrj ) Sccumly altach Ibis dMunwnt to dic signed documcnl ACKNOWLEDGMENT State of California County of Orange ) On 07/16/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Douglas A. Rapp , who proved to me on the basis of satisfactory evidence to be the person(!) whose name($) is4FGa subscribed to the within instrument and acknowledged to me that he/9hefthey executed the same in his/4e4*e4 authorized capacity(**,and that by his lke eir signature(g) on the instrument the person(g), or the entity upon behalf of which the person(o) 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. DEBRA SWANSON WITNESS my hand and official seal. Comm. 1822117 ae o NOTARY RU2LIPCALIFORNIA ` ORANGE COUNTY w mom^ My Comm. Ezpins NOV 10, 2012 Signature v'i� w [rf� e (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp and Timothy D. Rapp of Aliso Viejo, California --------------------------- each as their We and lawful Attorney- in- Fact to execute under such designation in their names and to afro their corporate seals to and deliver for and an their behalf as surety thereon or otherwise. bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corpJomte seals on this 16th day of December, 2011. Kenneth C. Wende, Assistant Secretary /o� . Noris, Jr., Vice President STATE OF NEW JERSEY SS. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney. and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By. Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice Presided(of said Companies; and that the signature of David B, Noris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David S. Norris, Jr., and was thereto subscribed by authority of said By. Laws and in deponent's presence. .Notarial Seal Oc KATHERINE J. ADELAAR m� RY�y9 NOTARY PUBUC NEW JFRSFI � Nr. 231616 665 ® BYO Communion Expires July ab, 2014 PUg c� Notary Public bEyy JEQ' CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President. any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys. in. Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the'Companles') do hereby cerfiy that (I) the foregoing extract of the By. Laws of the Companies is true and correct, (it) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rim and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Waren, NJ this 16th day of July, 2012. � MOIAN� e • Y>+f fM4't' • �~FW YOR~' Kenneth C. We el, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3.493 Fax (908) 903- 3656 e-mail: surely@chubb.com Form 15-10- 02258- U (Ed. 5- 03) CONSENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MISCELLANEOUS PAVING REPAIR — BRISTOL ST. SOUTH NEWPORT COAST & JAMBOREE ROAD AT COAST HIGHWAY SOUTH CONTRACT NO. 4882 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 furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4882 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 1 2 3 Lump Sum Lump Sum Mobilization and Demobilization Dollars and ° Cents Lump Sum Traffic Control �rnr. Dollars and Ato Cents Lump Sum Lump Sum Surveying Services N,.�vlr��,( Dollars and All) Cents Lump Sum $ Sy &). $ 6/ew .— PR2of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9 5. 0 7. a 560 L.F. Remove and Construct P.C.C. Type A Curb and Gutter @_-rc,e Dollars `T and _ Cents $ 33 Y $ f57Cay Per Li ear Foot 30 L.F. Remove and Construct P.C.C. Type C Curb and Gutter @-IA�rtti -r-Aa Dollars and _ A10 Cents $ 31. $ 930 Per Linear Foot 50 L.F. Remove and Construct P.C.C. Type D Curb and Gutter @ Tom' -re,e Dollars and ,X,Q Cents $ 33 $ Per Linear Foot 50 L.F. Remove and Construct P.C.C. Planter Curb @Je Dollars and fav Cents Per Linear Foot 17 EA Remove and Construct P.C.C. Access Ramp ��dvect @Ti�a�ysgwdG�' Dollars and AM Cents $ .2I00 . $ Per Each 19 EA Prune Tree Root @ 0�ce m,wdred Dollars and _ ntU Cents $ R3• $3G-(o--7--- Per Each PR3of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 350 L.F. Install Root Barrier @ Dollars and Cents $ s� $ 577,S7 — Per Lin ar Foot 11. 5,200 S.F. Remove and Replace 4" Thick P.C.C. Sidewalk 12 13. 14 850 S.F. 2,300 S.F. 1,225 S.F. @r Dollars and Cents Per S are Foot $ 1,6-12 $ 1.9 -3116D. -- Construct 4" Thick P.C.C. Sidewalk and Ak Cents $ $ 3aa Per Sqt1are Foot Remove and Construct P.C.C. Driveway Approach @ A&AkC Dollars and NO Cents Per Square Foot $ $ .9 -6760, -- Remove and Construct 8 -Inch Thick P.C.C. Cross Gutter @A,,,df Dollars and _ JV0 Cents Per Square Foot 15. 212,000 S.F. Cold Mill Asphalt Pavement (2" depth) 01 14 CN @ i�erD Dollars / and fDU�f�e.�r Cents Per Square Foot $ '�6 x $ yam. PR4of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 31,500 S.F. Cold Mill Asphalt Pavement (3" depth) @ Grp Dollars and p Cents $ 0.57 $ � Per Sq re Foot 17. 24,000 S.F. Cold Mill Asphalt Pavement (6" depth) @ :env Dollars and Cents $ 0.76 $ 60,86b , Per Square/Foot 18. Lump Sum Crack Seal -7�jo--44-,wsae-4:5;( Dollars and _ Aa) Cents Per Lump Sum 19. 345 Ton Construct AC Leveling Course Type 11162 PG 64-10 (1" thick) @ ,Sams -g Dollars and _ Aro Cents $ 78 $ .2c.e 9ly Per Ton - 20. 515 Ton Construct AC Base Course Type 111132 PG 64-10 (2" thick) @iDollars and _ ,t¢o Cents $ $ g0170 - Per Ton 21. 3,350 Ton Construct AC Overlay Course Type ARHM GG (2" thick) @mac Dollars U and A,v Cents $ 57,- $ 291 qsb . Per Ton PR5of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 170 Ton Construct AC Overlay Course Type IIIC3 PG 64-10 (2" thick) Dollars and n Cents $ 7$ $ 132&y. Per Ton 23. 20 Ton Construct AC Overlay Course Type IIIC3 PG 64-10 (2" thick) Dollars and ,gyro Cents $ 2C& • $ 1-1120. r Per Ton 24. 34 EA Remove and Replace Water Valve Cover to Grade 25 26 27 but Dollars and AOO Cents $ 2�5` Per Each 5 EA Remove and Replace Water Meter Box and Cover to Grade Dollars Lj and A Cents $ $ 2 Per Each 1 EA Remove and Replace Street Light Pull Box and Cover to Grade @.qq- Baa Dollars and AO Cents $ 15-5D $ Ste. Per Each 3 EA Remove and Replace Traffic Signal Pull Box and Cover to Grade @ Dollars and _ Aw Cents $ SSy ; $ /U5 -D, Per Each PR6of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Adjust Survey Monument Frame and Cover to Grade dce-44eU e.go Dollars and ,,PD Cents $ 1(OR . $ l IOS. Per Lump Sum 29. 72 EA Remove and Replace Traffic Signal Detector Loop cAig- Dollars and AW Cents $ 20/.— $ le4q 7 2 , Per Each 30. Lump Sum Traffic Striping (-a- y ,VIA,C,t-gAAan I Dollars and AfO Cents $ 3q&)D, $ 7 Per Lump Sum 31. 255 L.F. 2" Diameter P.V.C. Conduit for Irrigation Access @ �S'i;,� Dollars and Cents $ (,e , $ ( -7S9 . Per Linear Mot 32. Lump Sum As Built Plans @ 614--k ollars and Au) Cents5/, _ $ ssy Per Lump Sum PR7of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and Cents JUN .- 7 2011 Date (562) 50.5841 FAX (562) 59193485, Bidder's Telephone and Fax Numbers STATE LIC. 688659 W' Bidder's License No(s). and Classification(s) Bidder's email address: V)NMP1UJ Gn F liars $ �dayo40s0- Total Price (Figures) RALP WCAMA Bidder C�BAOWP IDENT �R�'SID�A!? Bidder's Authorized Signature and Title 122:3x: LEMON AVENUE LONG EACH, CA K806 Bidder's Address f:\users\pbw\shared\contracts\fy 11-12\c-4882 - misc. paving repairs\c-4882 proposal.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 CONTRACT NO. 4882 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers 2-9.4 Line and Grade SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 5 UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-1.1 Construction Schedule 6-7 TIME OF COMPLETION 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 6-7.1 General 4 6-7.2 Working Days 5 6-7.4 Working Hours 5 6-9 LIQUIDATED DAMAGES 6 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES 6 7-1.2 Temporary Utility Services 6 7-7 COOPERATION AND COLLATERAL WORK 7 7-8 PROJECT SITE MAINTENANCE 7 7-8.4.3 Storage of Equipment and Materials in Public Street 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-8.7.2 Steel Plates 8 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Access 8 7-10.3 Street Closures, Detours, Barricades 8 7-10.4 Public Safety 9 7-10.4.1 Safety Orders 9 7-10.5 "No Parking" Signs 9 7-10.6 Notices to Residents and Businesses 10 7-15 CONTRACTOR LICENSES 10 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 10 SECTION 9 MEASUREMENT AND PAYMENT 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment 15 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 15 201-1 Portland Cement Concrete 15 201-1.1.2 Concrete Specified by Class 15 201-2 Reinforcement for Concrete 15 201-2.2.1 Reinforcing Steel 15 SECTION 214 PAVEMENT MARKERS 16 214-4 Nonreflective Pavement Markers 16 214-5 Reflective Pavement Markers 16 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 16 300-1 CLEARING AND GRUBBING 16 300-1.3 Removal and Disposal of Materials 16 300-1.3.1 General 16 300-1.3.2 Requirements 17 300-1.5 Solid Waste Diversion 17 SECTION 302 ROADWAY SURFACING 17 302-5 ASPHALT CONCRETE PAVEMENT 17 302-5.1 General 17 302-5.4 Tack Coat 17 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 18 302-6.6 Curing 18 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 18 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 18 303-5.1 Requirements 18 303-5.1.1 General 18 303-5.5 Finishing 18 303-5.5.1 General 18 303-5.5.2 Curb 18 303-5.5.4 Gutter 18 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 18 307-17 TRAFFIC SIGNAL CONSTRUCTION 18 307-17.3 Pull Boxes 18 307-17.7.3 Inductive Loop Detectors 19 SECTION 308 LANDSCAPE AND IRRIGATIONS INSTALLATION 20 308-1 GENERAL 20 SECTION 310 PAINTING 21 310-5 PAINTING VARIOUS SURFACES 21 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 21 310-5.6.7 Layout, Alignment and Spotting 21 310-5.6.8 Application of Paint 21 310-5.6.11 Pavement Markers 22 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 22 312-1 PLACEMENT 22 ---PART 6 --- SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 22 600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS ETC. 22 600-2.1 Asphalt Rubber 22 600-2.1.1 General 23 600-2.6 Asphalt -Rubber Hot Mix Gap Graded 23 600-2.6.3 Rolling 23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEP SPECIAL PROVISIONS CELLANEOUS PAVING REPAIR — BRISTOL STREET SOUTH€ COAST & JAMBOREE ROAD AT COAST HIGHWAY SOUTH CONTRACT NO. C-4882 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6022-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of (1) Distributing construction notices to affected businesses and residents; (2) construction surveying; (3) removing existing raised pavement markings, raised pavement markers, and existing traffic striping; (4) removing existing pavement, curb and gutter; (5) grinding (cold mill), clearing existing pavement surfaces of debris, soils, and other loose materials, reconstructing and overlaying roadway; (6) constructing curb and gutter; (7) adjusting utility and survey facilities; (8) installing truncated domes, traffic striping, pavement markings, and raised pavement markers; (9) coordinating with outside utility owners to have facilities raised to grade and (10) other incidental items to be completed in work place required by the Plans and Specifications." SP2OF25 2-9 SURVEYING 2-9.1 Permanent Survey Markers. Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.4 Line and Grade. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Case Land Surveying, Inc. and can be contacted at (714) 628-8948. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with the following: "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one (1) percent shall be added for compensation for bonding. SP3OF25 (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost (prior to any markups) of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements Add Section 4-1.3.4 Inspection and Testing "4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 ---UTILITIES 5-1 LOCATION. Add the following after the 3`d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." SP4OF25 Add Section 5-7 ADJUSTMENT TO GRADE 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City and other agency owned utilities (MCWD, IRWD, CMSD etc. etc.) water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the 'Notice to Proceed.' 6-1.1 Construction Schedule. Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." SP 5 OF 25 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. Night work will be required for work on Bristol St. S. and Jamboree Rd. at Coast Hwy. subject to the following conditions: BRISTOL STREET SOUTH 1. Concrete repairs, digouts and leveling course work may be conducted during the day. 2. Concrete repairs to drive entrances off of Bristol St. shall be constructed one at a time for properties with multiple entrances and half of the approach at a time for properties with single entrances. Contractor to coordinate with businesses to minimize impact to business. 3. Repairs to drive approaches for business that operate 24 hours a day will require repair work to be done during night hours. Repairs shall be scheduled so that the entire approach is in place and ready for business the next day. 4. Work on the intersection of Jamboree Rd. and Bristol St. S. shall be conducted during non -peak hours of 9:00 a.m. to 4:00 p.m. 5. Final Cap paving on Bristol St. S. shall be completed during the night work hours to minimize disruptions to commuters and businesses. SP6OF25 JAMBOREE ROAD AT EAST COAST HIGHWAY 1. Work at this location shall be conducted as night work. 2. Contractor shall schedule this work to be cold milled and cap paved in one shift. For locations where night work is required, the following requirements shall apply: A. Night work hours shall be considered to be from 9:00 p.m. to 5:00 a.m. Sunday through Thursday. No work is allowed Friday or Saturday nights. B. The Engineer must approve all requests for night work. C. The Contractor shall notify the Engineer two weeks prior to the start of any requested night work. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services. Add to this end of this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $857 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water" SP 7 OF 25 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shutdown of water and/or sewer facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: SP 8 OF 25 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be SP9OF25 signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction when completing their work. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure." 7-10.4 Safety 7-10.4.1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. SP 10 OF 25 The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Add the following Section 7-10.6 Notice to Residents 7-10.6 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. Add the following Sections: "7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess an "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDSMS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. SP 11 OF 25 The "As -Built" shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material." SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, and all other related work as required by the Contract Documents. It shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA Markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes, if required, preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, , signs, cones, barricades, flashing arrow boards and changeable message signs, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. Item No. 3 Surveying Services: Work under this item shall include surveying including restoring all survey monuments and centerline ties disturbed, construction staking, and all other items as required to complete the work in place. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SP 12 OF 25 Item No. 4 Remove and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be 18 inches. Item No. 5 Remove and Construct P.C.C. Type C Curb: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be 18 inches. Item No. 6 Remove and Construct P.C.C. Type D Curb: Work under this item shall include removing and disposing of the existing curb, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb, re - chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 7 Remove and Construct P.C.C. Planter Curb: Work under this item shall include removing and disposing of the existing curb, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Item No. 8 Remove and Construct P.C.C. Access Ramp: Work under this item shall include removing existing improvements and constructing P.C.C. access ramps, and all other work items as required to complete the work in place. Item No. 9 Prune Tree Root: Work under this item shall include root pruning and disposal per Section 308-1, removal and disposal of excess soil and restoring subgrade/ street section to preexisting grade and all other work items as required to complete the work in place. Item No. 10 Install Root Barrier: Work under this item shall include providing and installing root barriers per Section 308-1, restoring existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 11 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade SP 13 OF 25 compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 12 Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include grading and disposing of excess existing soil, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. Item No. 13 Remove and Construct P.C.C. Driveway Approach: Work under this item shall include removing existing improvements and constructing P.C.C. driveway approach and all other work items as required to complete the work in place. Item No. 14 Remove and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include removing and disposing of the cross gutter and spandrels, subgrade compaction, placing crushed miscellaneous base, base compaction, constructing 8 -inch thick P.C.C. cross gutter, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Item No. 15 Cold Mill Asphalt Pavement (2" depth): Work under this item shall include cold milling the asphalt roadway to a depth below existing finished grade as shown on the drawings and all other work items as required to complete the work in place. After Contractor has cold milled a street they shall, at a minimum base pave the area, within 72 hours. Item No. 16 Cold Mill Asphalt Pavement (3" depth): Work under this item shall include cold milling the asphalt roadway to a depth below existing finished grade as shown on the drawings and all other work items as required to complete the work in place. After Contractor has cold milled a street they shall, at a minimum base pave the area, within 72 hours. Item No. 17 Cold Mill Asphalt Pavement (6" depth): Work under this item shall include cold milling the asphalt roadway to a depth below existing finished grade as shown on the drawings and all other work items as required to complete the work in place. After Contractor has cold milled a street they shall, at a minimum base pave the area, within 72 hours. Item No. 18 Crack Seal: Work under this item shall include routing out the crack, applying a soil sterilizer, crack sealing of the existing asphalt roadway to be resurfaced with a hot -applied crack sealant, applying an asphaltic tack coat to the roadway and all other work items as required to complete the work in place. Item No. 19 Construct AC Leveling Course Type III -B2 -PG 64-10 (1" thick): Work under this item shall include all labor, tools, equipment and material costs for pavement clearing, installing crack sealer, tack coating, a minimum 1" AC leveling course type III -B2 -PG 64-10 placement, subgrade and leveling course compaction and all other work items as required to complete the work in place. Item No. 20 Construct AC Base Course Type III -B2 -PG 64-10 (2" thick): Work under this item shall include all labor, tools, equipment and material costs for SP 14 OF 25 pavement clearing, installing crack sealer, tack coating, a minimum 2" AC base course type III -B2 -PG 64-10 placement, subgrade and leveling course compaction and all other work items as required to complete the work in place. Item No. 21 2" Thick Asphalt Pavement Overlay Course Type ARHM GG: Work under this item shall include constructing 2" thick asphalt pavement overlay type ARHM, tack coating and all other work items as required to complete the work in place. Item No. 22 2" Thick Asphalt Pavement Overlay Course Type III -C3 -PG 64- 10: Work under this item shall include constructing 2" thick asphalt pavement overlay type III -C3 -PG 64-10, tack coating and all other work items as required to complete the work in place. Item No. 23 Adjust Manhole Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all manhole frame and cover to grade and all other work items as required to complete the work in place. Item No. 24 Remove and Replace Water Valve Cover to Grade: Work under this item shall include adjusting, lower and raising during paving operation, of all water valve frames and covers to grade and all other work items as required to complete the work in place. See Exhibit B for IRWD Standard. Item No. 25 Remove and Replace New Water Meter Box and Cover to Grade: Work under this item shall include replacing the box frame and cover and adjusting as necessary during paving operations. Water meter box frame and cover shall be per City of Newport Beach standards and all other work items as required to complete the work in place. Item No. 26 Remove and Replace Street Light Pull Box and Cover to Grade: Work under this item shall include removing existing electrical boxes, furnishing and installing electrical pullboxes, per City of Newport Beach standards and all other work items as required to complete the work in place. Item No. 27 Remove and Replace Traffic Signal Pull Box and Cover to Grade: Work under this item shall include replacing the box frame and cover and adjusting as necessary during paving operations. Traffic Signal box frame and cover (Christy FL30D or approved equal) shall as specified in special provisions and all other work items as required to complete the work in place. Item No. 28 Adjust Survey Monument Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operations, survey monument frames and covers to grade and all other work items as required to complete the work in place. SP 15 OF 25 Item No. 29 Remove and Replace Traffic Signal Detector Loop: Work under this item shall include all labor, tools, equipment, and material costs to remove and replace traffic signal detector loops (lead loops shall be per City of Los Angeles STD S- 70.1 D and presence loops shall be Type E per Caltrans STD PLANS ES -5A and ES - 5B), make electrical connections and wirings to existing pull boxes, test and calibrate the new signal loop detectors and all other work items as required to complete the work in place. Item No. 30 Traffic Striping: Work under this item shall include installing traffic striping, pavement markers, and all other work items as required to complete the work in place. Item No. 31 2" Diameter P.V.C. Conduit for Irrigation Access: Work under this item shall include the furnishing and installing 2-2" diameter P.V.C. conduits across Bristol St. S. for future irrigation access for remote controller per City standards, and all other work items as required to complete the work in place. Item No. 32 Provide As -Built Plans 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." SP 16 OF 25 SECTION 214 --- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic." 214-5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." SP 17 OF 25 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words "1-'Y2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." SECTION 302 ---ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: 'The asphalt concrete (A.C.) used for surface caps shall be Asphalt -Rubber Hot Mix Gap Graded (ARHM GG) except for Jamboree Road and Newport Coast Drive patches where the surface cap will be III -C3 -PG 64-10, the A.C. for base course and leveling course shall be III -B2 -PG 64-10. All cracks %- inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 2 inches of asphalt (finish course) shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. Where dig outs are required, contractor shall grind down the top 2 inch overlay layer, as specified per plan, prior to making repairs. Dig outs shall then be based paved flush with ground surface so that the finish course is placed in one lift. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat. Add to this section: 'Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." SP 18 OF 25 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.6 Curing. Add to this section: 'The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201-1.1-2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6-7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 Finishing 303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303-5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2)day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter. Add to this section: 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-17 TRAFFIC SIGNAL CONSTRUCTION 307-17.3 Pull Boxes. Amend this Section to include:"Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard SP 19 OF 25 Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 36 inch L x 24 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent, unless otherwise noted on the Plans. Size #5 Box #5 Lid #6 Box #6 Lid #6E Extension Splice Box & Lid Approved Models Christy N30 Electrical Box Christy FL30D Christy N36 Electrical Box Christy FL36D Christy B36X12 Armorcast A600197APCX12 307-17.7.3 Inductive Loop Detectors. Amend this Section to include: 'The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be per City of Los Angeles Standard Plan S-70.1 D (Exhibit A), and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES - 5B. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. SP 20 OF 25 Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. All installed loop detectors, including advance detectors, shall be completely functional to the satisfaction of the Engineer within five (5) consecutive working days of AC pavement final course placement." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when SP 21 OF 25 there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. SECTION 310 --- PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at SP 22 OF 25 0.25 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: "310-5.6.11 Pavement Markers. "All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290." SECTION 312 --- PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 6 SECTION 600 ---MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES Add the following Section 600-2 — "CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET PROCESS 600-2.1 Asphalt -Rubber SP 24 OF 25 EXHIBIT A LOOP - 1 TWISTED CLOCKWISE — (AT LEAST 2 TURN PER FT.) INTO A PAIR LOOP - 1 LOOP - 2 31 3' _ 3' TO PULLBOX — TWISTED CLOCKWISE (AT LEAST 2 TURN PER FT.) INTO A PAIR LOOP - 1 TO PULCBOx. 6, LOOP - 2 [Kcll j NOTES: t. INSTALL FOUR (4) COMPLETE ALTERNATING TURNS OF LOOP CONDUCTORS, UNLESS OTHERWISE SPECIFIED. 2. FOR STUB -OUT AND CONDUIT DETAILS REFER TO PAGE (2) OF S -70.1A 3, SEE LADOT MATERIAL SPECIFICATION NO. 92-081-05 OR LATEST REVISION. 4. USE CASE I LOOPS FOR BIKE LANE INSTALLATIONS. USE CASE II LOOPS WHEN VEHICULAR LOOPS ARE INTENDED TO DETECT BICYCLES. 5. AN OCTAGONAL SHAPED LOOP OR OTHER NON-ROUND SHAPED LOOP MAY BE USED INSTEAD OF THE ROUND -LOOP WITH PRIOR LADOT APPROVAL. 5. SAME WINDING PATTERN TO BE USED IN BOTH LOOPS WITH (1) PAIR FROM EACH LOOP LEADING TO THE PULLBOX. 7. LOOPS INSTALLED IN BIKE LANES WITH PARKING SHALL BE PLACED WITH THE NEAR EDGE OF THE LOOP (1) -FOOT TO THE RIGHT OF THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 8. LOOPS INSTALLED IN BIKE LANES ADJACENT TO THE ROADSIDE WITHOUT PARKING SHALL BE CENTERED IN THE BIKE LANE, OR BETWEEN THE GUTTER AND THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 9. ANY LADOT APPROVED NON-ROUND SHAPED LOOPS MUST CONFORM TO ALL OTHER SPECIFICATIONS SHOWN ON THIS STANDARD DRAWING. OWN MT 102-15-051 Title GKD BICYCLE DETECTOR ' T. E. Sr. T. E. CITY OF LOS ANGELES Pr. T. E. TLJ 02-25-o5 DEPARTMENT OF TRANSPORTATION Approved March 3, 2005 Drowing No. p'''L`"J S-70.1 D 12 34 WINDING DETAIL NOT TO SCALE CURB D D FACE CURB 0 D FACE F el 3'-0" m. DIRECTION OF 3'-0' NAX. Puu.eox _ TRAFFIC FLOW PULLBOX , CASE I CASE 11 (BICYCLE ONLY) (BICYCLE & VEHICLE) O n O O n 8 ORES O O O MAX. PER O O O O 1/2" SAWCUT _4 3/81— I 1/2" Imo- X13/8"Ir- 1/2" MAX SECT. A -A SECT, B -B SECT. C -C SECT. D -D * DEPTH OF SLOT NOT TO EXCEED DEPTH OF PAVEMENT NOTES: t. INSTALL FOUR (4) COMPLETE ALTERNATING TURNS OF LOOP CONDUCTORS, UNLESS OTHERWISE SPECIFIED. 2. FOR STUB -OUT AND CONDUIT DETAILS REFER TO PAGE (2) OF S -70.1A 3, SEE LADOT MATERIAL SPECIFICATION NO. 92-081-05 OR LATEST REVISION. 4. USE CASE I LOOPS FOR BIKE LANE INSTALLATIONS. USE CASE II LOOPS WHEN VEHICULAR LOOPS ARE INTENDED TO DETECT BICYCLES. 5. AN OCTAGONAL SHAPED LOOP OR OTHER NON-ROUND SHAPED LOOP MAY BE USED INSTEAD OF THE ROUND -LOOP WITH PRIOR LADOT APPROVAL. 5. SAME WINDING PATTERN TO BE USED IN BOTH LOOPS WITH (1) PAIR FROM EACH LOOP LEADING TO THE PULLBOX. 7. LOOPS INSTALLED IN BIKE LANES WITH PARKING SHALL BE PLACED WITH THE NEAR EDGE OF THE LOOP (1) -FOOT TO THE RIGHT OF THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 8. LOOPS INSTALLED IN BIKE LANES ADJACENT TO THE ROADSIDE WITHOUT PARKING SHALL BE CENTERED IN THE BIKE LANE, OR BETWEEN THE GUTTER AND THE BIKE LANE DELINEATION LINE, UNLESS OTHERWISE NOTED BY LADOT. 9. ANY LADOT APPROVED NON-ROUND SHAPED LOOPS MUST CONFORM TO ALL OTHER SPECIFICATIONS SHOWN ON THIS STANDARD DRAWING. OWN MT 102-15-051 Title GKD BICYCLE DETECTOR ' T. E. Sr. T. E. CITY OF LOS ANGELES Pr. T. E. TLJ 02-25-o5 DEPARTMENT OF TRANSPORTATION Approved March 3, 2005 Drowing No. p'''L`"J S-70.1 D SP 25 OF 25 IZv/CII ii7 PAVED CONDITION CONDITION ;HED GROUND SURFACE 'AVSD CONDITION) ISM, MATERIALS O- CLASS 'B' CONCRETE COLLAR. 0 VALVE BOX AND FRAME PER IRWD SID. SPEC, SECTON 03462. O- ONE-PIECE 8' (SDR 35) P.V.C. PIPE. -WATER MAIN. OS - VALVE. ^_ VALVE COVER TO BE IRON WITH LETTERS 'IRWD- CAST THEREON. lJ FOR DOMESTIC WATER LINES ADD 'WATER' OR FOR RECLAIMED WATERLINES ADD 'RW'- O] - VALVE ANCHOR BLOCK PER IBM STD. DWG. W-16. OB - VALVE STEM EXTENSION PER IRWD Sip. DWG. W-23. SEE NOE 1. (D -VALVE COVER PER DETAIL HEREON. USE 6' LONG -SKIRTED CAST IRON LID FOR ROUND BOXES. NOTES: 1. PROVIDE VALVE STEM EXTENSION IF DEPTH TO VALVE NUT EXCEEDS 607. SEE IRWD STD. DWG. W-23. 2. IN NEW TRACT DEVELOPMENTS EXTEND VALVE RISER 24' ABOVE GROUND SURFACE FOR INTERIM CONDITIONS. 3. SET TRIANGULAR COVERS SUCH THAT APEX OR TRIANGLE POINT ALONG AXIS OF PIPE. AWAY FROM NEAREST FlTTING. 4. SEE SPECIFICATONS FOR VALVE LID COVER. CERTIFICATE OF INSURANCE CHECKLIST Cary of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 7-17-12 Dept./Contact Received From: Shari Rooks Date Completed: 7-18-12 Sent to: Shari By: Carol Company/Person required to have certificate: PALP, Inc. DBA: Excel Paving Company Type of contract: All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 11-1-11 to 11-1-12 A. INSURANCE COMPANY: Old Republic General Insurance Corporation B. AM BEST RATING (A-: VII or greater): AIX 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? $1,000,000 / $2,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ® N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes 0 No H. Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. 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 K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ll. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 11/1/11 to 11/1/12. A. INSURANCE COMPANY: Old Republic General Insurance Corp. B. AM BEST RATING (A-: VII or greater) AIX C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes 0 No H. NOTICE OF CANCELLATION: 0 N/A 0 Yes 0 No 111. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: .11-1-11 to 11-1-12 A. INSURANCE COMPANY: Old Republic General Insurance Corp B. AM BEST RATING (A-: VII or greater): AIX C. ADMITTED Company (Must be California Admitted): ®Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Approved: �.� 7-19-12 Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A F1Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date OP ID: AD CERTIFICATE OF LIABILITY INSURANCE DAT07116D,YYYY, 07/16112 THIS CERTIFICATE. IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE .AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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). PRODUCER 949-553-9800 CONTACT NAM The Wooditch Company Insurance 949-553-0670 Services, Inc.INC 1 Park Plaza, Suite 400 Irvine, CA 92614 William S. Wooditch PHONE FAX N.Y E-MAIL -ADDRESS;PRODUCEREXCELPI CUSTOMER INSURER(S) AFFORDING COVERAGE NAIC 0 INSURED Palp, Inc., dba: INSURERA:Old Republic General Ins. Corp24139 Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 INSURER B: INSURER C : INSURER D: INSURER E: X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 7 OCCUR INC PFR F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL SUBS POLICY NUMBER POLICY EFF POLICY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,08 PREMISES Ea occurrence S 100,00 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 7 OCCUR X AlCG50211108 11/01111 11101112 MED EXP (Anyone person) $ 5,00 PtHSONAL M AUV INJURY $ 1,000,00 GENERAL AGGREGATE S 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGO S 2,000,00 POLICY FXPRO- FCT LOC $ A AUTOMOBILE LIABILITY ANY AUTO AICA50211108 11/01111 11/01/12 COMBINED SINGLE LIMIT $ 1,000,00 (Ea accident) BODILY INJURY(Per person) $ ALL OWNED AUTOSBODILY INJURV (Paraccidant) 5 JX SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) $ NON -OWNED AUTOS $ S UMBRELLA LIAB HOCCUF EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMSMADE DEDUCTIBLE g RETENTION 4 A WORKERS COMPENSATION -�-•� AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDED? (Mandatory in NH) II yes, tlescribe under DESCRIPTION OF OPERATIONS below NIA X Al CW50211108 11/01/11 —_ 11/01/12 X WC STATU. OTH a� TORY LIMITS ER E.L. EACH ACCIDENT S 1,000,00 E.L. DISEASE - EA EMPLOYE S 1,000,00 E.L. DISEASE -POLICY LIMIT S 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES Cach ACORD 101, Additional Remarks Schedule, it more space is required) "Except 10 Days Notice of Cancellation for Non -Payment of Premium. RE: Excel Job #4959; Contract #4882; Miscellaneous Paving Repairs. City of Newport Beach is included as Additional Insured as respects General Liability per attached endorsement. Waiver of Subrogation for Workers' CITYNEO City of Newport Beach Public Works Dept. .3300 Newport Blvd. Newport Beach, CA 92658 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE All rhnhfc enonwnd ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD NOTEPADEXCELP1 PAGE 2 INSURED'S NAME Pal p, Inc., dba: OP ID: AD DATE 07/90112 `Should this po is be cancelled efore the expiration ate, a ooddc Company will mail 30 (thirty) days written notice to those Certificate Holders which require such action per contract or agreement." POLICY NUMBER: A1CG50211108 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Opera - tions WHERE REQUIRED BY WRITTEN CONTRACT, BUT ONLY WHEN COVERAGE FOR COMPLETED OPERATIONS IS SPECIFICALLY REQUIRED BY THAT CONTRACT. Information required to complete this Schedule if not shown above will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to linhillty for %odily injury" or "property damage" caused, in whole or In part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "pmdurts- completed operations hazard". CG 20 37 07 04 C ISO Properties, Inc., 2004 Page 1 of 1 0 POLICYNUMBER: A1CG50211loa COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Persons) Or Organization(s): Locations Of Covered 011ierations WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds) at the looation(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "prupurty damage" occurring after: 1. All work, including materials, parts or equip - merit furnished in connection with such work, on the project (other than service, rnainten- ence or repairs) to be performed by or on be- half of the additional Insured(s) at the location of the covered operations has been completed: or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 2010 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 OLD REPUBLIC GENERAL INSURANCE CORPORATION• WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule WHEN RECURRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $0.00 Named Insured Palp, Inc.. dba Excel Paving Company Policy Number AlCW50211108 Endorsement No. Policy Period 1110112011-1110112012 Endorsement Effective Date: 11/01/2011 Producer's Name: OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number: WC 99 0315 (01/07) 11/01/2011 AUTHORIZED REPRESENTATIVE DATE WC 99 0315 (01/07) CITY OF N€ Pi City Coun1C1 u July 10, 2012 T0: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949-644-3311, sbadum@newportbeachca.gov PREPARED BY: Patrick Arciniega, P.E., Senior Civil Engineer APPROVED: �A _ TITLE: Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South — Award of Contract No. 4882 ABSTRACT: Staff received favorable construction bids for the Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South project and is requesting City Council's approval to award the work to PALP, Inc., dba Excel Paving Company. 1. Approve the project drawings and specifications; 2. Award Contract No. 4882 to PALP, Inc., DBA Excel Paving for the total bid price of $657,265.50 and authorize the Mayor and City Clerk to execute the contract; and 3. Establish a contingency of $65,727.00 (10 percent) to cover the cost of unforeseen work not included in the original contract and 4. Approve Budget Amendment No. 13BA- 001 appropriating $43,000.00 from the Bristol Street Relinquishment Fund to Major Arterial Street Repairs CIP Account No. 7253-C2002047 and appropriating $140,000.00 from the un- appropriated Measure M Turnback Fund to the Major Arterial Streets Repairs CIP Account No. 7281-C2002047. Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South—Award of Contract No. 4882 July 10, 2012 Page 2 FUNDING REQUIREMENTS: Upon approval of the proposed Budget Amendment, there will be sufficient funding for the award of this contract. The following funds will be expensed: Proposed sources are as follows: Account Description Account Number Amount Bristol St. Relinquishment 7253-C2002047 $ 370,000.00 Measure M Turnback 7281-C2002047 $ 371,712.50 Total: $ 741,712.50 Proposed uses are as follows: Vendor Purpose Amount PALP, Inc. dba Excel Paving Construction Contract $ 657,265.50 PALP, Inc. dba Excel Paving Construction Contingency $ 65,727.00 Geotechnical Services Pavement Testing $ 17,720.00 Various Printing & Incidentals $ 1,000.00 Total: $ 741,712.50 DISCUSSION: The current Capital Improvement Program includes funding for the Miscellaneous Paving Project which is to repair various arterial streets throughout the City. At the time the budget was proposed, this project was not envisioned as a major street rehabilitation effort but more of a pavement "patching" project for arterials with heavy traffic volumes. This is due to the fact that these streets are difficult for City crews to repair because of the extensive and complicated traffic control required. Consequently, this year's project planned for repairs to: Bristol Street South, Jamboree Road and Newport Coast Drive. As staff was preparing the contract documents and evaluating the existing pavement condition, it became apparent that Bristol Street had deteriorated further than originally anticipated and might not be cost effective to patch. After consultation between the Municipal Operations and Public Works staff, full street restoration was recommended in lieu of spending funds to just patch the road. This will provide a ten to fifteen year life road surface. The patching effort would only extend the life of the road a couple more years. At 10:30 A.M. on June 7, 2012, the City Clerk opened and read the following bids for this project: Z Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South — Award of Contract No. 4882 July 10, 2012 Page 3 As Read Amount *$664,040.50 **$673,673.00 ***$873,700.00 The low total bid amount is 3.0 percent below the Engineer's Estimate of $678,000.00. The low bidder, Excel Paving, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of distributing construction notices to affected businesses, construction surveying, removing existing pavement, reconstructing curb and gutter, sidewalk, curb access ramps, adjusting utility and survey facilities, repaving streets and other incidental items of work necessary to complete the work in place. Pursuant to the Contract Specifications, the Contractor will have 60 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (c) (minor alterations of existing public facilities with negligible expansion of the facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The Notice Inviting Bids for this project was advertised in the City's official publication and in construction industry publications. Ten days prior to starting work, a City prepared notice will be distributed by the contractor to businesses within the project limits advising them of the pending work. Additionally, a second notice will be distributed by the contractor to businesses two days before work will start adjacent to their property. 0 BIDDER TOTAL BID AMOUNT Low Palp Inc, dba Excel Paving, Inc. $657,265.50' 2 All American Asphalt $673,481.00" 3 RJ Noble $708,136.25 4 Hardy & Harper, Inc. $744,000.00 5 EBS $747,747.00 6 Beador Construction Co. $873,699.55"`* As Read Amount *$664,040.50 **$673,673.00 ***$873,700.00 The low total bid amount is 3.0 percent below the Engineer's Estimate of $678,000.00. The low bidder, Excel Paving, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. The work necessary to complete this contract consists of distributing construction notices to affected businesses, construction surveying, removing existing pavement, reconstructing curb and gutter, sidewalk, curb access ramps, adjusting utility and survey facilities, repaving streets and other incidental items of work necessary to complete the work in place. Pursuant to the Contract Specifications, the Contractor will have 60 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (c) (minor alterations of existing public facilities with negligible expansion of the facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The Notice Inviting Bids for this project was advertised in the City's official publication and in construction industry publications. Ten days prior to starting work, a City prepared notice will be distributed by the contractor to businesses within the project limits advising them of the pending work. Additionally, a second notice will be distributed by the contractor to businesses two days before work will start adjacent to their property. 0 Miscellaneous Paving Repair — Bristol Street South, Newport Coast Drive and Jamboree Road @ Coast Highway South —Award of Contract No. 4882 July 10, 2012 Page 4 Submitted by: Attachment: A. Location Map B. Budget Amendment 6� JAMBOREE ROAD DOVE STREET x 0 z r w w SPRUCE STREET J m BIRCH STREET CAMPUS DRIVE F - w w r J F- N m' f BAYVIEW PLACE CSPRUCE AVENUE C CYPRESS STREET IRVINE AVENUE BRISTOL STREET SOUTH NOT TO SCALE MISCELLANEOUS PAVING REPAIR PROJECT LIMITS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ' PA I I 'SHT. 1 OF 2' 10/6/11 C-4882 T_ JAMBOREE RD. AT EAST COAST HWY. jno ROPO NORSN PA NOT TO SCALE OCFq DRi F F NEWPORT COAST DRIVE NOT TO SCALE MISCELLANEOUS PAVING REPAIR PROJECT LIMITS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IUR, vv,l' I PA I SHT. 2 OF 21 10/6/171 C-4882 7 t 0 City of Newport Beach NO. BA- 13BA-001 BUDGET AMENDMENT 2012-13 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND Transfer Budget Appropriations from existing budget appropriations from additional estimated revenues from unappropriated fund balance X Fund Account SOURCE: PX 253 3605 EXPLANATION: This budget amendment is requested to provide for the following: AMOUNT: 51133,000.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase expenditure appropriations from Bristol Street Relinquishment Fund unappropriated fund balance and Measure M Tumback unappropriated fund balance to complete some miscellaneous paving repair projects. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 253 3605 Bristol Street Relinquishment - Fund Balance $43,000.00 280 3605 Measure M Tumback - Fund Balance $140,000.00 " REVENUE ESTIMATES (3601) Number 7281 Fund/Division Account Description Number EXPENDITURE APPROPRIATIONS (3603) Automatic Signed: 41 Signed: Administrative Approval: City Manager Signed: City Council Approval: City Clerk $43,000.00 $140,000.00 7-,z- /2 Date w3//Z Date Date Description Division Number 7253, Bristol Street Relinquishment Account _ Number C2002047 Major Arterial Street Repair Program Division Number 7281 Measure M Turnback Account Number C2002047 Major Arterial Street Repair Program Division Number Account Number Division Number Account Number Automatic Signed: 41 Signed: Administrative Approval: City Manager Signed: City Council Approval: City Clerk $43,000.00 $140,000.00 7-,z- /2 Date w3//Z Date Date