Loading...
HomeMy WebLinkAboutC-4773 - 19th Street Tide Valve ReplacementCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC May 28, 2014 PALP, Inc. dba Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 Subject: 19th Street Tide Gate Retrofit C-4773 Dear PALP, Inc.: On May 28, 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 June 4, 2013. Reference No. 2013000338012. The Surety for the contract is Federal Insurance Company and the bond number is 8229-93-90. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown,MC 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 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 BOND NO. 8229-93-90 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,004.00 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 19TH STREET TIDE VALVE REPLACEMENT, Contract No. 4773 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. 4773 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 One Hundred Eighty -Two Thousand, Five Hundred One and 001100 Dollars ($182,501.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these. present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. CO 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 spec cations 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 31 st day of May 2012. PALP Inc., dba Excel Paving Company (Principal) Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908-903-2000 relephone / CA NOWM t Authorised Signaturelritle Authorized Agent Signature- - - Timothy D. Rapp, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California Countyof T� On CJ —3L 12,— before me, C. Phillips, Notar Public (Here ingot risme end lite of the Officer) personally appeared who proved to me on the basis of satisfactory evidence to be the persorkW whose nameW is/aw subscribed to the within instrument and acknowledged to me that he/ske6dwexecuted the same in hisAraaHlicir authorized capacityQW, and that by his/tterUdf signature( on the instrument the person(g), 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. WITAsig:: dfficial seal. c C PHILLIPS C "Ail #ISi)9758 N Netr y Pubii La tbrnla m LO-,Atvr lr$COUNTY a (Notary Seal) My Comers EgIm..Ang. 1a, 2012 .ra . ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of awned document) (Title or description of attached document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) --- ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.1007 800-877-9865 www.NminryClosses cmn INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment compleled in California most contain verbiage exacdy as appears above in the victory section or a separate achrorvisdgmentforra must be properly completed and attached to that daevmenl. The only ""Prion is if a docvme r is to be recorded ordside of Califom a. In such instances, any aleerriarive acknnwiedgment verbiage as may be printed on such a document so long Of the verbiage does not require the notary to do something dw is dlegell for a notary in California (i.e. terrifying the authorized capacity of the signer). Please check rhe document carefutly for proper notarial wording and attach dris form if required • State and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. • Date of notarisation must be the date that the signers) personally appeared which must else be the same date the acknowledgment Is completed. • The notary public must print his or her time at it appears within his or her commission followed by a comma and then you title (rotary public). • Print the name(s) of document signen(s) who personally appear at the time of notarization. • Indicate the torted singular or plum] forms by crossing off incorrect forms (i.e. hdshe/they- is /are ) or circling the correct forts. Failure to correctly indicate this infomwtion may lead to rejection of document recording., • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-scol if a sufficient arca permits, Otherwise complete a different acknowledgment font. • Signature of the notary public must match the signature on file with the office nl the courtly clerk. Additional infommtion is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate tide or type of attached document, number of pages and dale. Indicate die capacity claimed by the signer. If the claimed cepacity is e corporate officer, indicate the title (i. e. Clio, CPQ Seaeb y). . ,Securely attach this document to the signed document ACKNOWLEDGMENT State of California County of Orange On 05/3112012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp who proved to me on the basis of satisfactory evidence to be the person(* whose name(a) isles& subscribed to the within instrument and acknowledged to me that helel+t i, executed the same in his/he#theirauthorized capacity(", and that by his/l a 011 air•signature(e) on the instrument the person(s), or the entity upon behalf of which the person(w) 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 w W �r, DEBRA SWAN ON L COMM. f 1822117 X q $ NOTARY RaJOCALIPORNIA X " ORANGE COUNTYCD My Comm. Exons NOV to, 2012 Signature -SN' C'9\ (Seal) icChubb 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 FI COMPANY, a New York corporation, and P appoint Douglas A. Rapp and Timothy ma corporation, VIGILANT INSURANCE corporation, do each hereby constitute and each as their true and lawful Aaomey- 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 a@enng the same, and consents to rite modification or alteration of any instrument refened 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. Wen , Assistant Secretary r . Noris, Jr., Vice President STATE OF NEN! JERSEY 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 wtrich executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly mom, 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 mregang 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 sold Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice Presidemof saitl Companies; and that the signature of David B. Norris, Jr., subscribed to saitl 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 KATHERINE J. ADEIAAR NOTARY PUSUC 16 NEW 1ERSf1 ® �� (M.K Nn,2316665GG/CfJnf11 Won Ellpin utJuly i6, 2014 Notary Public CERTIFICATION Extractfinm the By- Lewis 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, pnnted 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 wrings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and binding upon the Company and any such power so executed and cenified 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 "Companiesy 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 Dlstritt 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 We, correct and in full force and effect. Given under my hand and seals of said Companies at warren, NJ this 31 St day of May 2012 4 � 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@chubti Form 15-10- 02256- U (Ed. 5- 03) CONSENT August 9, 2013 CITY OF NEWPORT BEACH PALP, Inc. dba Excel Paving Co. 2230 Lemon Avenue Long Beach, CA 90806 OFFICE OF THE CITY CLERK Leilani I. Brown, MMC Subject: 19th Street Tide Gate Retrofit - C-4773 Dear PALP, Inc.: On May 28, 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 June 4, 2013, Reference No. 2013000338012. The Surety for the bond is Federal Insurance Company and the bond number is 8229-93-90. Enclosed is the Labor & Materials Payment Bond. Sincerel , Lei ani I. Brown, M C City Clerk Enclosure v" • 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 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 BOND NO. 8229-93-90 Premium Included LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion dopted, has awarded to PALP, Inc., dba Excel Paving Company, hereinafter designated as the `Principal," a contract for construction of 19TH STREET TIDE VALVE REPLACEMENT, Contract o. 4773 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications nd 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. 4773 and the erms thereof require the furnishing of a bond, providing that if Principal or any of Principal's ubcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, or, or about the performance of the work agreed to be done, or for any work or labor done hereon 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 One Hundred Eighty -Two Thousand, Five Hundred One and 00/100 Dollars ($182,501.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 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 31st day of May 2012. PALP, Inc., dba Excel Paving Company (Principal) Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908-903-2000 Telephone C. P. BROWN PRESIDENT Au-thorized Signature/Title Authorized ge Igna ure Timothy D. Rapp, Attorney in Fact ,Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 r CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of LuG Angeles On before me, C. Phillips, Notary Public (Hero insert name and title of the officer) personally appeared C. P. Br who proved !o me on the basis of satisfactory evidence to be the personal whose nameW is/aw subscribed to the within instrument and acknowledged to me that hehsh& apcexecuted the same in hisAmmEtheir authorized capaeityQ20, and that by hisAwAdt signature(Fj on the instrument the person(fi), 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. 1n_I,I^s Flw N , F' I C!i:ornla n^y � (Notary Seal) ` 0on)[o. ; i^..: Aug. 16, 2012 SipakjmfNotary Public.=: 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 -- (Title) -------- - ❑ Partner(s) ❑ Attorney -in -Fac( ❑ Trustee(s) ❑ Other 2008 Version ('AT'A s 12 10 07 80C).871-98GS woos Nomr,('lasscs cmn INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acbtowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califom(a In such irutances, 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 rhe 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 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 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. trershe/lhe}r is tare ) or circling the correct forms. Failure to correctly indicate this infomtalion may lead to rejection of document recording • The notary seal impression must be clear and photographically reproducible. Impression mast not cover text or lines. If seal impression smudges, re-scal if a sufficient arca permits, otherwise complete a different acknowledgment form. Signature of the notary public must match the signature on file wide the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or q I)c of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the. title (re. CGO, (TO, Secretary) Rccurcly attach this document to the signed drounacnt ACKNOWLEDGMENT State of California County of Orange ) On 05/31/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared _ Timothy D. Rapp who proved to me on the basis of satisfactory evidence to be the persor") whose name'(%) isftre subscribed to the within instrument and acknowledged to me that heftl executed the same in his►'hen'lheh authorized capacity les), and that by hisOl Lo jitl1vtr signatures) on the instrument the persorfM), or the entity upon behalf of which the persori 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. N �s5enLorr�a DEBRA SWANSON WITNESS my hand and official seal. comm. * 1822117 ;DNOTARY PUBLIC•CAUFORNIA ;V r ORANGE COUNTY CO) c' • My Comm. Expires NOV 10, 2012 Signature�,� "�1w� (Seal) Chubb ' .JWER Federal Insurance CompL Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY CHUBS 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--------------------- thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the 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 instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. course of business, and any 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. Wende, Assistant Secretary Norris, Jr., Vice President STATE OF NEW JERSEY County of Somerset ss. 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 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 j.� J. ADF� KATHERINE J. ADELAAR UBLIC OF NEW JEkSF101 Z1RA NOTARY P � d►1Ne.2316685 PU6�\G a CottnMW'on Expires July 14, 2014 /yI�EQ•c1 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 31 St day of May 2012 yS+�A'� �otwxm � Su�trp °� �'DIANP �r • btu`%ti`s' S Nr Ypp'1-• Zee 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: suretvCa2chubb.com Form 15-10- 02258- U (Ed. 5- 03) CONSENT RECORDING REQUESTED BY AND WHEN RECORDED �2ETiUF NTdi ". 16 City Clerk _ City of Newport Beaph . 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk Recorder NO F E E *$ R 0 0 0 5 9 1 8 7 0 5$ 201300033801211:50 am 06104113 18 418 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383"n NOTICE OF COMPLETION I 1 NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and PALP Inc.dba of Long Beach, CA, as Contractor, entered into a Contract on June 13, 2012. Said Contract set forth certain improvements, as follows: 19th Street Tide Gate Retrofit (C-4773) Work on said Contract was completed, and was found to be acceptable on May 28, 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 l Pu li(:Works 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 AAO`"' �/� v)3 -,at Newport Beach, California. BY City Clerk OFFICE OF THE CITY CLERK Leilani I. Brown, MMC May 29, 2013 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: • 19th Street Tide Gate Retrofit (Contract No. 4773) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, ` f 4 Nl (° /{� N4` t,eilani i. Brown, MMC City Clerk Enclosure Post Office Box 1768 Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us myl un on -4 momm-4 012 5 City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and PALP Inc.dba of Long Beach, CA, as Contractor, entered into a Contract on June 13, 2012. Said Contract set forth certain improvements, as follows: 19th Street Tide Gate Retrofit (C-4773) Work on said Contract was completed, and was found to be acceptable on May 28, 2013, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. WA 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 AAQ X at Newport Beach, California. BY a;�vn%PWOA :7 T --r City Clerk 0/ X11 13 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3311, dawebb .newportbeachca.gov PREPARED BY: Fong Tse, Principal Civil Engineer 949-644-3321, ftse{a.newportbeachca.aov APPROVED: TITLE: 191h Street Tide Gate Retrofit — Notice of Completion and Acceptance of Contract No.4773 ABSTRACT: On May 22, 2012, the City Council awarded Contract No. 4773, 19th Street Tide Gate Retrofit, to Palp Inc. (dba Excel Paving Company), for the total bid price of $182,501-00, plus approximately 15 percent for construction contingency allowance. The required work is now complete and staff requests City Council acceptance and close out of the contract. 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. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts: 1 of 4 19th Street Tide Cate Retrofit — Notice of Completion and Acceptance of Contract No.4773 May 28, 2013 Page 2 Ac pount Descri tion General Fund Tide and Submerged Lands Total Construction Cost: DISCUSSION: Account Number 7012-C2502006 7284-02502010 Amount $ 95,089.60 $ 93,185.44 $ 988,275.04 There is currently a Tidal Gate value on the City Storm Drain at the end of 191h Street (on the Bay side). This manually operated metal tide gate value is consistently submerged in seawater and due to that fact, it requires a higher level of maintenance and repair. Due to the significant depth of this gate value, large drainage area, as well as very low surface elevation, Municipal Operations field crews were required to often stage portable pumps at this street -end during high tides and heavy rain events to pump out the runoffs to prevent the adjacent low lying areas within 19tf' Street, Bay Avenue, and Balboa Avenue from flooding. This project replaced the high maintenance traditional metal fide gate with a passive rubber tide valve, similar to the unit that has been operating successfully at Pearl Ave/South Bay Front and at Seashore Drive/Santa Ana River. The new rubber valve with the automated remote-controlled submersible runoff water pump installed in the tide vault eliminates the need for City crews to manually operate the valve and also position and operate portable pumps to clear standing water that accumulates during rain and high tide events. Other improvements completed under this Contract included street -end landscape and planter renovations, below grade electrical system upgrades and connections for the new runoff water pump, relocation of existing streetlights, and new concrete sidewalks and ramps for improved pedestrian access to the I e Street street -end public dock. The contract has now been completed to the satisfaction of the Public Works Department. Overall Contract Cost/Time Summary Awarded Final Cost at Contingency Actual % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $182,501.00 $188,275.04 15% or less +3.16% 1.07% 2.09% Allowed Contract Time (days) 135 Actual Time +36 Under (-) or Over (+) 2of4 19th Street `ride Gate Retrofit ._ Notice of Completion and Acceptance of Contract No.4773 May 28, 2013 Page 3 A summary of the contract cost is as follows: Original bid amount: $182,501.00 Actual cost of bid items constructed: $181,633.00 Contract change orders: $ 6,642.04 Final contract cost: $188,275.04 The final contract cost was 3.16 percent above the original contract amount. Approximately two-thirds of the extra cost was due to the relocation of a trash enclosure and railing requested by the nearby homeowners. The remaining extra cost was the result of additional planter wall waterproofing and conduits determined necessary by staff to reduce future maintenance costs. A summary of the project schedule is as follows: Estimated Completion Date per July 2012 Baseline Schedule: December 24, 2012 Project Awarded for Construction: May 8, 2012 Completion Date from Award with Approved Extensions: March 6, 2013 Actual Substantial Construction Completion Date: April 11, 2013 *It should be noted that the extra work days required to complete this project as tabulated above was solely the result of the unresponsiveness of the submersible pump manufacturer in delivering the pump to Excel Paving Company to field install. ENVIRONMENTAL REVIEW: At Contract Award, the City Council found this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(d) (Restoration of deteriorated facilities to meet current safety standards) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act. in addition, the City Clerk Will be filing a Notice of Compl$tipn for the project as a result of this action. David A. Webb Public Works Director Attachment: A. Location Map 3 of LOCATION MAI: ) 19"1'11 STREET TIDEGATL RL.TRORT CONTRACT NO. 4773 PROJECT LOCATION N N N N sll 111�111111111111 111llll�lllltl 1'r�lllllllll� l {llllllllll[I llllllt111'� �IIL! �'rr a �I111i{lllll �lllllmllli Illlimlm {Inlllll :. iatlnlln 4 of 4 CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 9:00 AM on the 9th day of May, 2012, at which time such bids shall be opened and read for 19TH STREET TIDE VALVE REPLACEMENT Title of Project Contract No. 4773 $ 185,350.00 Engineer's Estimate Approved Badum s Director Prospective bidders may obthih Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" For further information, call Tom Sandefur, P.E., Project Manager at (949) 644-3312 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.qov CLICK: Online Services/Bidding & Bid Results City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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 I! City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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 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. icj 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 seg. 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. ,'TA "F. H(I ', 68659 -A- Contractor's License No. & Classification Bidder - c o W, BROWN E PR>~.SI0�4J�N17 Authorized Signature/Title MAY - 9 2012 Date 51 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On before me, C. Phillips, Notary Public (here insert nerve and tide of the officer) personally appeared C.P. Brown who proved to me on the basis of satisfactory evidence to be the personal whose nameW 1s/wx subscribed to the within instrument and acknowledged to me that he/ahexecuted the same in hisAmiAhek authorized capacitygoo, and that by his/hmA h6g signature(3) 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. ,. C. PHILLIPS WITNESS my hand and official seal. •"`"'"` ''; COMM, #1809IS8 N Notary PUbllc-0nlif0rrtla a LOS ANGELES COUNTY LL (Notary Seal) My Comm, Explros Aug, 10, 200 Sip4eofNotaryPublic 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 (Tide) ❑ Partner(s) ❑ Attorncy-in-Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.coln 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. certifying the authorized capacity of the signer). Please check (he 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 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 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. wshelthey,- is /are ) or circling the correct Comms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otliem isc conmplete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of Ute county clerk. Additional inforiation is not required but could help to ensure this acknowledgment is not misused or attached to a different doclunent. Indicate title or type of attached document, our fiber of pages and date Indicate die capacity claimed by the signer. If die claimed capacity is a corporate officer, indicate die title (i.e. CEO, CFO, Secretary). • Securely attach this document to lite signed document City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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 19TH STREET TIDE VALVE REPLACEMENT, Contract No. 4773 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 Documents 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 27th day of April 2012. p y C2. —� C.P.BROWN PALP Inc. dba Excel Paving Com an�,. Name of Contractor (Principal) Authorized Signature/Title PRESIDENT Federal Insurance Company Name of Surety 15 Mountain View Road Warren, NJ 07059 Address of Surety (908) 903-2000 Telephone 0 A horized Age Signature Dougla A. Rapp Attorney in Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 5 ACKNOWLEDGMENT ■ 1 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■III ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ ■ 1 State of California County of `'����� }ss. On MAY o 9 2011 before me, . Phillips, Notary Public Notary Public, personally appeared C.P. BROWN ,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. C'PJA Signature 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 y " Notary PublicCalifornia LOS ANGELES COUNTY a My Comm, Expires Aug. 16, 2012 (seal) Thumbprint of Signer Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT State of California County of Orange On 04/27/2012 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(A) whose name($) isEe#e subscribed to the within instrument and acknowledged to me that he/eheA*" executed the same in his/4@M4eW authorized capacity(iee}, and that by hist signature($) on the instrument the person(,!), or the entity upon behalf of which the person(p) 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. °°THF DEBRASWANSON� WITNESS my hand and official seal. N '� COMM. # 1822117 � Z Vim+ NOTARY K8X CX FORNIA ORANGE COUNTY N Y °quo My Cw m. Ex0res Nov %2012 Signature�_*�;,_�s'��. T�t�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 oHUB>a 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 County of Somerset ss. 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 3, Adc KATHERINE I. ADELAAR �pRY`� NOTARY PUBLIC OF NEW JFRSFI F �0 o s' N,-.2316685 P vet)6a Co"'Won Expires JUIy I6, 2014 Notary Public bE1N JET 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 27th day of April, 2012. • • g r �ADMOO' T �sres,` ♦,rFW YpPt 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: suretyachubb.com Form 15-10- 02256- U (Ed. 5- 03) CONSENT City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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: '�-�g17iD CLt�G�L ' j%� r✓�i'I�P.t'(,q-ice Address: t 2 p�., I ��An,2 4vC-) Sl��(YtA Phon ea 1O(D g0�i"la State License Number: :W 4C)OAf-6 Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Bidder GNL 4.oeaj Authorized SignaturelTitle R'0W City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name 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 Project Name/Number �k1�kb Project Description qJ"% ':�r Approximate Construction Dates: From linkTo: 0 �iA LI Agency Name KJ Contact Person IA W`L 6y4y_._ Telephone (6214 qY5 311 (0 Original Contract Amount $ i.Ooq Final Contract Amount $_ l ` iA 0(1D - 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 e plain and indicate outcome of claims. b 9 No. 2 Project Name/Number Project Description G Approximate Contra Agency Name ��)-� ion Dates: From I To: v Contact Person Telephone Original Contract Amount Final Contract Amount $ -0 If final amount is different from original, please explain (change orders, extra work, etc.) Nz& Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 �)A Project Name/Number Project Description v 'VAA / Approximate Con ction Dates: From To: Agency Name � &&-I Contact Person _Cif��''( 1/1�/Telephone Original Contract Amount $'CFinal Contract Amount $ �' If final amount is different from original, please explain (change orders, extra work, etc.) Iv Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 10 No. 4 Project Name/I Project Descrir Approximate C Agency Name Contact Persor Original Contra If final amount is different from original, please explain (change orders, extra work, etc.) 7 Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 it �� Project Name/Number Project Description jj� &P -A 6AW Elko Approximate Construction Dates: FromI Jto To: �( Agency Name �, ��1" 0,44 Contact Person I� A J l" Telephone ( ) I Original Contract Amount $5 l Final Contract Amount $ � I io1 51q 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 ind4pate outcome of claims. 11 No. 6 Project Name/Number una1 Project Description J Approximate Construction Dates: From To:- Agency o:iAgency Name C1Ci X15 Contact Person �� �OYLaKjgjd Telephone �� Original Contract Amount $L"LL 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.gnd indicatgoutcome 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 sufficiently comprehensive to conditions. a3 i ?.� :6;A ff s Bidder shall attach a financial statement and other information permit an appraisal of the Contractor's current financial 12 Authorized Signature/Title ;a r, 6fJQW!,,% �?MCERT CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On MAY ?i117 before me, personally appeared C. P. Brown C. Phillips, Notary Public (lien insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the persons whose nameW is/Aw subscribed to the within instrument and acknowledged to me that he/skmtw�xexecuted the same in hisAunhheir authorized capacitygoo, and that by his4wrA62 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. 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) ❑ LLIP WITNESS m hand and official seal. Y >,, '�-� 'o coy1P ilict'9758 Notary f�U �lll�T_�511}Orrlld Partner(s) ❑ LOS ANGEiLE S COUNTY u. ❑ Trustee(s) My Comm. Expires Aug, 1.6, 2012C" I( (Notary Seal) ��+-a,-••T: !( Si tune of Notary Public 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 (Title) ❑ Partner(s) ❑ Attorney -in -Pact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.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. cerrifyt'ng the authorized capacity of the 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 the signers) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must prumt his or her name as it appears within his or her commission followed by a cormna 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. hatshe/they, is /are ) or circling die 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 must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otlmcnvise complete a different acknowledgment fonn. • Signature of the notary public must match the signature on file with the office of lire county clerk. Additional information is not required but could help to ensure this acknowledgment is not nusused or attached to a different docmnent. Indicate title or type of attached docunment, number of pages and date. Indicate die capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate time title (i.e. CEO, CFO, Secretary). • Securely attach tlmis document to time signed document ' • •it •i ►as • P.O. l$OX 16 LONG BEACH, CA 90806.5 (662) 599.s FAX (662) Si91.7- C. P. Brown, President: 30+ years experience working for other general contractors with the past 24 years being self employed in own general engineering contracting business. A GENERAL ENGINEERING CONTRACTOR STATE LICENSE NO. 688659A Description of Operations P.O. BOX 16 LONG BEACH, CA 90806-5 (562) 599-5 FAX (562) 591-7 Excel Paving Company is a general engineering and paving contractor that has been in business for the past 30+ years. The company is a corporation owned by C.P. Brown, Jr. Their operations include street and road construction, widening, and repairs; related sidewalk, curb and gutter construction; paving of school yards and parking lots; and excavation and grading of "pads" for building sites. On approximately 80% of theirjobs the company will operate as a general contractor, responsible for all off-site improvements, grading, removal, etc. but will subcontract any work, which is not specifically within their domain. Occasionally the company will perform work at airports. They also may occasionally perform work in the "THUMS" area of Long Beach Harbor, requiring them to transport their equipment and personnel by barge to these Islands, approximately %i mile from the harbor. The company estimates 2009 gross revenues of 50 million, $33 million of which is subcontractor and material costs. All work is performed in Southern California, with most in Los Angeles and Orange County. A great deal of work is done for public entities, repairing/widening existing surface streets and roads (75% public entities and 25% private entities), pipe work, concrete, landscaping, electrical, cold milling, highway, bridge, or overpass work is subcontracted out to other firms. Excel Paving Company also repairs a great number of paved schoolyards and parking lots (30%) and usually has a small amount of on going work at the Los Angeles, Burbank and Long Beach Airports. INCUMBENCY AND SIGNATURE CERTIFICATE OF PALP, INC. The undersigned, Marcia S. Diller, beim the duly elected and Incumbent Secretary of Palp, Inc., dba Excel Paving Company, a California corporation (the "Corporation"), hereby certifies that the persona named below are, on and as date hereof, the duly qualified, elected and acting Officers of the Corporation holding the office set 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 IL McRae Vice President Marcia S. Diller Secretary Michele E. iDrakulich Assistant Secretary IN WITNESS WIH EEREOE, the undersigned has executed this Certificate as of the date set forth below. Date: January 27, 2010 PALP, INC. DBA �p EXCEL, PAVING COMPANY A GENERAL ENGINEERING CONTRACTOR STATE LICENSE NO. 688659A Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 Telephone: 562/599-5841 Type of Business: Contractors License # Fed I.D. # CREDIT APPLICATION Fax: 562/599-3679 General Engineering Contractors 688659A 95-3672914 Excel Paving Company is a Corporation Owner: Palp, Inc. 2230 Lemon Avenue Long Beach, CA 90806 In business since October 1981 Same location since October 1981 Property Owned by Brown & Mills Financial rating with Dun & Bradstreet: Rating 3A2, SIC#0161 111615. �1!A Account Representative: Phone #: Fax #: Account #: TRADE REFERENCES: Companv Vulcan Materials R.E.H. Trucking Blue Diamond Materials Savala Equipment 4100 Newport.Pl. #130 Newport Beach, CA 92660 Robin Woods 949/863-2462 949/863-2336 153491958689 Phone 626/334-4913 909/591-0871 714/578-9600 800/223-2473 Fax 626/334-4161 909/591-0506 714/449-2295 949/552-8597 P.O. BOX LONG BEACH. CA 9080E (562) 599 FAX (562) 591. Contact Bill Watt Gina Mendiola Rich Shoan Yoganda Ellis I certify that the above information is true and correct, and that we can and will comply with your terms. C.P. Brown - President Bonding Agent: Rapp Surety Services 23481 South Pointe Drive Suite 345 Laguna Hills CA 92853 Office: (949) 457-1080 Fax: (949) 457-1070 Contact: Douglas A. Rapp Surety: Federal Insurance Company C/O Surety Department 801 South Figueroa Street 23'" 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 PREVIOUS JOB REFERENCES ill Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Jefferson Blvd. Widening Project Description: Street widening, infrastructure reconstruction, street lighting, traffic signals, landscape & irrigation, storm drain improvements, and sewer Location: Jefferson Blvd., Playa Vista, Los Angeles Construction Value: $6,306,687.00 Date of Completion: 12/08 General Contractor Information: Palp Inc. DBA Excel Paving Co. Contact: David Cook Phone: 562/599-5841 Ext. 239 Fax: 562/591-7485 Owner Information: Playa Capitol Company, LLC Contact: Cliff Ritz Phone: 3 10/448-4678 Fax: 310/822-5336 PREVIOUS JOB REFERENCES /!2 Contractor's Name: Palp Inc. DBA Excel Paving Cu. 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: Contact: Phone: Fax: Playa Capitol Company LLC Cliff Ritz 310/448-4678 310/822-5336 PRI:VIOUS 1013 REFERENCES 113 Contractor's Name. Palp Inc. DBA Excel Paving Co. Project Name: Santa Monica Transit Parkway Project Project Description: Underground, Retaining Walls, Fwy. On Ramps, A/C Pave, Sidewalk, Curb & Gutter, Signalization, Landscaping, Storm Drain Impvts. Sewer, Water And Retaining Wall Location: From 405 Fwy. To Beverly Hills City Limit, Los Angeles Construction Value: $34,455,152.00 Date of Completion: 11/05 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: City of Los Angeles Contact: Carl Nelson Phone: 213/485-4474 Fax: 2 13/485-483 6 PREVIOUS J013 REFERENCES 44 Contractor's Name: Palp Inc. DBA Excel Paving Company Project Name: Alameda Street Project Description: 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 213/485-4516 213/485-4838 11REVIOUS.1011 115 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Phase 3 Container Yard Expansion, Pier T Project Description: Container Yard Parking Lot Expansion, Storm Drain Impvts. Sewer and Water Location: Pier T, Long Beach, CA Construction Value: $21,703,834.00 Date of Completion: 10/07 General Contractor Information: Palp Inc. DBA Excel Paving Company Contact: Bruce Flatt Phone: 562/599-5841 Fax: 562/591-7485 Owner Information: The Port of Long Beach Contact: Gary Cardemone Phone: 562/590-4172 Fax: 562/901-1732 PREVIOUS JOB RFiFERENCES 96 Contractor's Name: Palp Inc. DBA Excel Paving Company 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: Bruce Flatt Phone: Fax: Owner Information Contact Phone: Fax: 562/599-5841 562/591-7485 The Port of Long Beach Gary Cardemone 562/590-4172 562/901-1732 PREVIOUS JOB REPL?RENC'ES N7 Contractor's Name: Palp Inc. DBA Excel Paving Co. Project Name: Highland Avenue Widening Project Description: Redesign of Highland Ave. and Adjacent Streets, And Storm Drain Impvts. Location: Highland Ave. @ Franklin Ave., City of Los Angeles Construction Value: $2,754,889.00 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: City of Los Angeles Contact: Steve Chen Phone: 213/485-4516 Fax: 213/485-4838 PREVIOUS J013 RIPG: Job it 4 240 4242 4245 4 324 4328 4370 4508 4549 4567 4573 4597 4 598 4611 4639 4649 4651 4681 4690 4692 4695 4703 4712 4713 4722 4726 4728 4731 4735 4741 4742 4746 4748 4751 4752 4756 4759 4761 4762 4764 4775 4777 4779 WORK EXPERIENCE 5.31-11 OPEN JOBS Project Descrlptlon CALTRANS LINCOLN:07 1660U4 CHANDLER/LANKERSHIM: C108099 LINNIE CANAL COURT: C108109 USC, FIGUEROA & JEFFERSON HIGHLAND AVE.:L.A. 109718 ALAMEDA ST NO SPRG ST C110421 ALVARADO TRANSIT CORRIDOR: RAMIREZ CANYONWALIBU 06821 LANKERSHIMNARIOUS LOC:LA ATHERTON STRM DRAIN:LB R-6732 WILSHIRE/FAIRFAX:LOS ANGELES CHEVIOT HILLS:LA Cl 13689 USC ST IMPROVEMENT:LOS ANGELES 4 INTERSECTIONS:LB & LKWD SUNNYMEADBLVD:MORENO VALLEY BALBOANICTORY BLVD:LOS ANGELE ARBORVITAE ST.:L.A. C-115478 BNSF-POLA:BNSF RIR CENTINELALA TIJERAILA CIENEGA: NO STATE COLLEGE -LOT E:FULRTON AIRCARRIER RAMP:LB ARPRT R6777 SAN DIMAS BL:SAN DIMAS 2009-04 ELECTRIC AVE STRM DRN:SEAL BCH HARBOR & YACHT:REDONDO BEACH KAISER WALNUT:PASADENA WILSHIRE/BEVERLY:BEVERLY HILLS SIERRA AVE.:FONTANA PIER G RAILYARD:POLB HD -7565 RES RD WAY REHAB:FOUNTAIN VLY ARTERIAL OVERLAY PROJ:WESTLAKE COLLEGE WAY:POMONA 90TH ST EAST PALMDALE:LA CO PW SAN VINCENTE BLVD:LOS ANGELES LAGUNA ALLEY REHARLAGUNA BCH VAR SITES BIKE TRAIL:LONG BCH E. FRANCIS AVE:ONTARIO 2ND ST. REHAB:LONG BCH R-6846 BROADWAY/3RD:LONG BEACH VAR -WEST LK/AGOURA HLS:WUAHL HAWTHORNE HS STRM DRN:CVHSD VARIOUS LOCATIONS:HUNTNGTN BCH 17TH ST. SANTA MONICA:HC OLSEN PROJECT NAME CALTRANS CITY OF LOS ANGELES -DPW LOS ANGELES COUNTY DEPARTMENT UNIVERSITY OF SOUTHERN CALIF. L.A.000NTY DEPT. PUBLIC WORKS CITY OF LOS ANGELES LA COMMUNITY REDEVELOPMENT AGY TORRES CONSTRUCTION LA COMMUNITY REDEVELOPMENT AGY CITY OF LONG BEACH MATT CONSTRUCTION CO. CITY OF LOS ANGELES -DPW UNIVERSITY OF SOUTHERN CALIF. THE BOEING COMPANY C/O MORENO VALLEY CITY OF LOS ANGELES CITY OF LOS ANGELES -DPW BURLINGTON NORTHERN SANTA FE PLAYA CAPITAL CO BALI CONSTRUCTION CITY OF LONG BEACH CITY OF SAN DIMAS CITY OF SEAL BEACH BRUTOCO ENG KAISER FOUNDATION HEALTH PLAN TISHMAN CONSTRUCTION CORP. MCCARTHY PACIFIC DIVISION PORT OF LONG REACH CITY OF FOUNTAIN VALLEY CITY OF WESTLAKE VILLAGE BALI CONSTRUCTION LOS ANGELES COUNTY DEPARTMENT HATHAWAY DINWIDDIE CONSTRUCTIO CITY OF LAGUNA BEACH THE BOEING COMPANY PATRIOT ENVIRONMENTAL SERVICES CITY OF LONG BEACH C.T.& F. INC. CITY OF WESTLAKE VILLAGE CENTINELA VALLEY UHSD CITY OF HUNTINGTON BEACH H.C. OLSEN CONSTRUCTION EST. FINAL CONTRACT 13,385,340 5,421,529 364,772 1,584,799 3,436,914 2,799,012 2,203,013 395,835 1,228,138 1,618,888 1,125,815 943,818 2,350,000 1,358,509 2,628,000 1,118,416 1,860,961 61,000 1 15,785 5,289,943 1,990,520 1,750,943 20,017 219,461 779,302 44,000 33,256,425 1,598,588 473,049 4,740 1,414,456 1,056,000 961,367 27,814 7,919 1,805,070 81,384 2,047,859 352,000 529,709 32,974 WORK COMPL. 99.8% 100.0% 100.0% 100.0% 99.8% 99.7% 93.0% 100.0% 93.3% 99.8% 100.0% 100.0% 99.0% 100.0% 100.1% 100.0% 100.1% 98.3% 100.0% 100.0% 89.5% 100.0% 99.1% 100.0% 100.0% 100.0% 96.6% 52.5% 100.0% 100.0% 100.0% 65.5% 73.4% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 103.7% 100.0% 100.0% 4780 BELLFLOWERNICTORY:ADELANTO BALI CONSTRUCTION 187,382 100.0% 4781 MULTI LOCATIONSLAGUNA BEACH CITY OF LAGUNA BEACH 962,500 97.9% 4782 VARIOUS STS Z 2 :LA HABRA HGTS LA HABRA HEIGHTS 445,978 100.0% Job # 4 784 4786 4789 4791 4793 4795 4796 4797 4798 4800 4802 4803 4804 4805 4806 4807 4808 4809 4810 4811 4812 4813 4814 4815 4816 4817 4818 4819 4820 4821 4822 4823 4824 4825 4826 4828 4829 4830 4831 WORK EXPERIENCE 5-31-11 OPEN JOBS Project Description LIVE OAK ST.:CUOAHY (LAUSD) BLAST FENCE:BGP AIRPORT CROSS CREEK RD.:MALIBU KATELLA/LEX BASE:LOS ALAMITOS NO AIR CARRIER RAMP:LB R-6858 CLARK/CARSON:LONG BEACH MOODYlVLY VIEW STORM DRN:CYPRS CITYWIDE AC REHAB:LAGUNA HILLS THOUS OAKSILWRNCILLR:THOUS OKS DEMILLE MS WATERLINE:LBUSD PIER G (I.T.S.):LONG BEACH EL SEGUNDOWATHEW & STEWART TERMINAL C -JW AIRPORT:BALI 6TH STIAMHERST:POMONA PEYTON DR REHAB:CHINO HILLS ST ANDREWS(RESC ROOTR:TORRANCE ANDRE AV RDWY WTR IMPRV:LOMITA TUSTIN ST/MEATS:ORANGE ALEXANDRIA STAUNTINGTON BEACH USC NO SCI BLDG:LOS ANGELES RIR ASPHALT -RR YARD:LONG BEACH LB WTR DPT VAR LOC:LB WD 18-10 SANTIAGO SUBSTN:LONG BEACH WESTMINSTER BLVD:HARGIS NORMANDIE/190TH:LOS ANGELES 12TH/LOCUST, LNG BCH:CHLS KING PARAMOUNT BLVD:LONG BEACH REDLANDS AVE:WESTMINSTER FOOTHILL SERVICE CNTR:FONTANA LINDA VISTA AVE:PASADENA BNSF WASHIINDIANA:VERNON STREET CUT REPAIR:ALHAMBRA EUCLID/GARDEN GR BLVD:GARDN GR APPIAN WAY IMPRV:LNG BCH R6889 BEV BLVD-HATH/DIN:BEV HILLS VENTURA/COLDWATER:STUDIO CITY SHORELINE DR-FLTIRON.:LONG BCH BOLSA AVE, HARGIS.WESTMINSTER VAR LOC-HARGIS:COSTA MESA PROJECT NAME A & B CONSTRUCTION, INC. BURBANKIGLENDALE/PASADENA MARMOL RADZINER & ASSOCIATES J.I. GARCIA CONSTRUCTION CITY OF LONG BEACH BALI CONSTRUCTION CITY OF CYPRESS CITY OF LAGUNA HILLS C/O THOUSAND OAKS LONG BEACH UNIFIED SCHOOL DIST I.T.S. MATTHEW & STEWART COMPANY INC BALI CONSTRUCTION DINWIDDIE CONSTRUCTION COMPANY CITY OF CHINO HILLS RESCUE ROOTER CITY OF LOMITA CITY OF ORANGE HARGIS & ASSOCIATES HATHAWAY DINWIDDIE CONSTRUCTIO H & H ENGINEERING LONG BEACH WATER DEPARTMENT AMERICAN INTEGRATED SERVICES HARGIS & ASSOCIATES AVOCET ENVIRONMENTAL CHARLES KING COMPANY CAL -CARTAGE CHARLES KING COMPANY PATRIOT ENVIRONMENTAL SERVICES CHARLES KING COMPANY BURLINGTON NORTHERN SANTA FE CITY OF ALHAMBRA CITY OF GARDEN GROVE CITY OF LONG BEACH HATHAWAY DINWIDDIE CONSTRUCTIO MOE PLUMBING FLATIRON ELECTRIC GROUP, INC. HARGIS & ASSOCIATES HARGIS & ASSOCIATES EST. FINAL CONTRACT 25,080 591,152 31,841 554,521 3,989,405 22,404 2,108,350 1,533,310 3,160,000 370,263 50,220 3,850 5,949 41,628 111,802 1,585 1,243,652 1,275,963 6,243 318,049 360,000 500,000 4,492 3,489 2,324 3,950 105,035 2,995 2,915 5,853 689,995 66,384 1,081,976 596,252 5,648 1,390 188,373 6,754 9,250 WORK COMPL. 100.0% 100.0% 100.0% 82.8% 35.4% 100.0% 24.1% 99.6% 95.3% 90.9% 132.5% 100.0% 100.0% 100.0% 99.5% 100.0% 71.1% 27.1% 41.3% 91.5% 97.5% 58.8% 100.0% 0.0% 100.1% 100.0% 48.2% 71.0% 120.0% 107.8% 77.5% 91.4% 1.1% 50.2% 0.0% 96.7% 0.0% 37.9% 68.1% 4832 4 833 4834 4835 4836 4837 Job # 4838 4839 4840 4841 4842 15TH ST, PCL:LANCASTER PCL CONSTRUCTION SERVICES 8.100 0.0% SO ALMONT ST-MOE PL:BEVERLY HL MOE PLUMBING 2.600 60.5% SUNNY HILLS H/S:FULLERTON UHSD FULLERTON UNION HIGH SCHL DIST 583.790 0.7% GETTY CENTER-HATHAWAY:CENT CTY HATHAWAY DINWIDDIE CONSTRUCTIO 566,920 0.5% HIGH PUVIRGINIA:SANTA MONICA BALI CONSTRUCTION 7,300 18.5% 1500 LOMITA BL:WILMINGTON CAL -CARTAGE 67,945 0.0% WORK EXPERIENCE 5-31-11 OPEN JOBS Project Description FY 2010/11 ST. REHAB:SIMI VLY HOLLYWOOD WAY:BUR-GLEN-PAS ARP PARK AVE ST SCAPE:SAN FERNANDO ANNUAL RDWY RESURF:DANA POINT PKG LOT-SUNSET:WEST HOLLYWOOD PROJECT NAME CITY OF SIMI VALLEY BURBANK/GLE NDAL E/PASADENA CITY OF SAN FERNANDO CITY OF DANA POINT CITY OF WEST HOLLYWOOD EST. FINAL WORK CONTRACT COMPL. 650,946 0.6% 59,477 40.4% 778,061 0.3% 1,784,496 0.0% 111,660 0.0% WORK EXPERIENCE 11 J0-10 CLOSED JOBS ,lab 4 Project Description 4 769 4 266 4 689 4652 4658 4734 4655 4662 4710 4743 4 778 4408 4640 4643 4656 4875 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 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 73/BERTH 191:POLA PLAYA VISTA -CAMPUS CAP PAVING RTE 231118:SIMI VALLEY TAXIWAY C,D, & G:BUR-GLEN-AIR BUR/GLEN.PASA AIRPORT:BURBANK TECH PL BUS SHELTR, LB:WATT CO LONG BEACH AIRPORT:BOEING BURBANK AIRPORTSURBANK HARBOR PLZA/ONS WAY:POLB 7430 IMPERIAL HWY:OR CO 12-OJ0904 MISC. AC REPAIRS:DANA POINT 1ST & SPRING:LA-55797 EAST LA WS:LOS ANGELES 6TH & COLORADO:SANTA MONICA BN SF -WAS WI ND IANA:VERNON OWP 1ST ST. TRUNK LINE:LOS AN KAISER -IRIS AVE:MORENO VALLEY MARYMOUNT H/S:LOS ANGELES OAK HART HS:OAK PARK KAISER CANTERA ST:PANORAMA 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:CAMARILLO VIA DEL MONTE:RANCHO PV USC CAMPLI&HATHIDIN-1-A 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 BURBANK/GLENDALE/PASADENA CONNOLLY-PACIFIC PLAYA CAPITAL CO C. A. RASMUSSEN, INC. BURBANK/GLENDALE/PASADENA BURBANK/GLENDALEIPASADENA WATT COMPANIES THE BOEING COMPANY BURBANK/GLENDALE/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 DINWIDDI€ 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 1,224,681 111,748 252,935 209,161 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 4747 DAWSON CYN RD.CORONA SUKUTCONSTRUCTON 17,300 4749 FRANKLIN AVE:NO HOLLYWOOD ALLIANCE RESIDENTIAL 36,025 4754 BROADWAY AVE:LONG BEACH CHARLES KING COMPANY 36.000 WORK EXPERIENCE 11-30-10 CLOSED JOBS Final Job 4 Project Description PROJECT NAME Contract Amount 4755 VERMONT & PCH:HRBOR CITY ARB INC. 30,538 4760 N. GLENDALE BLVD:LOS ANGELES CITY WORKS MANAGEMENT, INC. 6,411 4763 GETTY CENTER:CENTURY CITY HATHAWAY DINWIDDIE CONSTRUCTIO 6,182 4766 DRIFTWOOD ST:MARINA DEL REY MARMOL RADZINER & ASSOCIATES 4,497 4768 MARINA DEL REY:CORRPRO CORRPRO COMPANIES 1,850 4772 2161 GONDARAV:LB(PRIVATE RES JACK SIMMONS 5,850 4774 KATELLAIBLOOMFIELD:C KING ORNG CHARLES KING COMPANY 6,850 4165 EL TORO RD:LAKE FOREST CITY OF LAKE FOREST 11,763,683 4534 7TH & CATALINA:LOS ANGELES HENSEL PHELPS CONSTRUCTION CO. 73,954 4632 W. 6TH ST:LOS ANGELES MATT CONSTRUCTION CO. 460,258 4678 CERRITOS/ORANGE SEWER:CYPRESS CITY OF CYPRESS 502,688 4683 BROADWAY STRM:REDONDO BEACH CITY OF REDONDO BEACH 100,489 4737 VARIOUS CONIC. R/R:DANA POINT CITY OF DANA POINT 99,548 4765 ORANGEWOOD AVE.:CYPRESS CITY OF CYPRESS 16,433 4502 WEST CHAPMAN SEWER:GG7805 GARDEN GROVE SANI DIST 1,967,738 4552 JOHN WAYNE AIRPORT:CO OF ORG JOHN WAYNE AIRPORT 1,464,867 4605 MWD WATERLINE:BEV HILLS/IA RUDOLPH & SLETTEN, INC. 421,629 4623 VAR SD IMP CANDLBERRY:SEAL BCH CITY OF SEAL BEACH 1,625,310 4553 PACIFIC COAST HWY:DANA POINT CITY OF DANA POINT 6,033,387 4585 PAVEMENT REHAB:WESTLAKE VILLAG CITY OF WESTLAKE VILLAGE 2,125,350 4628 LIMECREST DR-LACDWP:CO OF LA LOS ANGELES COUNTY DEPARTMENT 219,845 WORK EXPERIENCE 11-30-09 OPEN JOBS Job H Project Description 4042 4093 4165 4240 4242 4245 4266 4302 4324 4328 4329 4330 4370 4408 4425 4482 4502 4508 4526 4534 4549 4552 4553 4566 4567 4573 4585 4597 4598 4605 4611 4613 4618 4620 4621 4623 4628 4632 4639 4640 4643 TUDOR-7WESTWD RE PL 945760.01 TRANSIT HUB -SAN FERN VLY/L.A EL TORO RD:LAKE FOREST CALTRANS LINCOLN:07-1660U4 CHANDLERILANKERSHIM:C108099 LINNIE CANAL COURT: C108109 CENTINELA AVE: 0108597 VERMONT AVE: E.LA # C-109146 USC, FIGUEROA & JEFFERSON HIGHLAND AVE.:L.A. 1D9718 SUNSET BLVD. C10971&-1 HARBOR GATEWAY:LA. C-109717 ALAMEDA ST NO SPRG ST C110421 HOLLYWD WY BRBNK AIRPORT A2977 1ST & SPRING:LA-55797 20TH & REDONDO:LONG BEACH WEST CHAPMAN SEWER:GG7805 ALVARADO TRANSIT CORRIDOR: LAKEWOOD BLVD PH 2:DOWNEY 7TH & CATALINA:LOS ANGELES RAMIREZ CANYOKMALIBU 06821 JOHN WAYNE AIRPORT:CO OF ORG PACIFIC COAST HWY:DANA POINT CLEVELAND HS:RESEDA LANKERSHIMNARIOUS LOC:LA ATHERTON STRM DRAIN:LB R-6732 PAVEMENT REHAB:WESTLAKE VILLAG WILSHIRE/FAIRFAX:LOS ANGELES CHEVIOT HILLS:LA C113689 MWD WATERLINE:BEV HILLSILA USC ST IMPROVEMENT:LOS ANGELES STORM DRAIN POLUDUST:POL87328 FEDEXRAMP BURBANK AIRPORT EAST LA H/S:LOS ANGELES MISC. AC REPAIRS:DANA POINT VAR SD IMP CANDLBERRY:SEAL BCH LIMECREST DR-LACDWP:CO OF LA W. 6TH ST:LOS ANGELES 4 INTERSECTIONS101 & LKWD BERTH 73/BERTH 191:POLA PLAYA VISTA -CAMPUS CAP PAVING PROJECT NAME TUTOR SALIBA PERINI, JV LOS ANGELES COUNTY DEPARTMENT CITY OF LAKE FOREST CALTRANS CITY OF LOS ANGELES -DPW LOS ANGELES COUNTY DEPARTMENT CITY OF LOS ANGELES LOS ANGELES COUNTY DEPARTMENT UNIVERSITY OF SOUTHERN CALIF. L.A.000NTY DEPT. PUBLIC WORKS L.A.000NTY DEPT. PUBLIC WORKS LA.000NTY DEPT. PUBLIC WORKS CITY OF LOS ANGELES BURBANKIGLENDAU EIPASADENA TUTOR SALIBA PERINI, JV ALAMITOS RIDGE GARDEN GROVE SANI DIST LA COMMUNITY REDEVELOPMENT AGY CITY OF DOWNEY HENSEL PHELPS CONSTRUCTION CO. TORRES CONSTRUCTION JOHN WAYNE AIRPORT CITY OF DANA POINT LOS ANGELES UNIFIED SCHOOL LA COMMUNITY REDEVELOPMENT,AGY CITY OF LONG BEACH CITY OF WESTLAKE VILLAGE MATT CONSTRUCTION CO. CITY OF LOS ANGELES -DPW RUDOLPH & SLETTEN, INC. UNIVERSITY OF SOUTHERN CALIF. PORT OF LONG BEACH FEDERALEXPRESS TUCKER ENG CITY OF DANA POINT CITY OF SEAL BEACH LOS ANGELES COUNTY DEPARTMENT MATT CONSTRUCTION CO. THE BOEING COMPANY CONNOLLY-PACIFIC PLAYA CAPITAL CO EST. FINAL % CONTRACT WORK WORK' COMPL. BACKM 2,344,007 1,473,973 11,591,333 13,385,743 5,421,529 351,920 2,946.389 1,392,670 1,584,799 3,449,309 2,082,158 2,743,862 2,776,225 63,090 235,000 315,429 1,964,738 2,203,013 2,315,355 73,954 395,835 1,464,867 6,033,387 1,469,797 1,143,779 1,449,183 2,125,350 1,125,815 870,948 356,737 2,100,000 4,429,516 3,983,195 214,210 111,748 1,625,310 219,845 449,337 1,623,150 318,682 432,878 100.0% 100.0% 99.9% 99.6% 100.0% 100.0% 99.9% 99.9% 100.0% 99.7% 97.7% 100.0% 99.7% 100.0% 100.0% 100.0% 100.0% 89.4% 98.9% 100.0% 100.0% 100.0% 100.0% 99.8% 8.8% 100.0% 100.0% 100.0% 96.3% 100.0% 100.0% 88.7% 100.0% 100.0% 100.0% 99.5% 100.0% 92.6% 84.1% 100.0% 100.0% 11,74 47,36 1,551 1,141 8,78: 47,82: 9,421 234,295 26,234 2,494 1,043,652 32,616 498,395 7,393 33,435 258,575 4649 SUNNYMEAD BLVD:MORENO VALLEY C70 MORENO VALLEY 2.582.373 74.7% 654,510 4651 BALBOAfVICTORY BLVD:LOS ANGELE CITY OF LOS ANGELES 1.073.578 70.4% 318.118 4652 LA AIR FORCE BASE: RMA LAND CONSTRUCTION 18,462 100.0% 4655 ARTESIA PILAR IMPRV:SANTA ANA SANTA ANA, CITY OF 2,157.719 1000% WORK EXPERIENCE 11-30-09 OPEN JOBS Job A Project Descriptlon 4656 4658 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 231118:SIMI VALLEY LA PALMA AVE.:ANAHEIM BIKE ROUTE:LONG BEACH R-6762 VARIOUS SITES:COMPTON USD HARBOR PLZAlQNS WAY:POLB 7430 6TH & COLORADO:SANTA MONICA EQUIP RENTALIBCH MAINT:LNG BCH TAXIWAY CA & G:BUR-GLEN-AIR B NSF-WASHII N DIANA: VERNON DWP IST ST. TRUNK UNE:LOS AN CERRITOSIORANGE SEWER:CYPRESS HANSCOMIPETERSON AVE.:SO. PASA KAISER -IRIS AVE:MORENO VALLEY ARBOR VITAE ST.:LA. C-115478 BROADWAY STRM:REDONDO BEACH 08-09 OVRLAY/SEALSANTA CLARA IMPERIAL HWY:OR GO 12-OJ0904 MARYMOUNT H/S:LOS ANGELES W VIA AGOSTA:MONTEBELLO BNSF-POLA:BNSF RIR CENTINELALA TIJERAILA 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-DRNSEAL BCH PROJECT NAME 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 BUR13ANKIGLENDALEIPASADENA 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/GLE NDALE/PASADE NA 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 EST. FINAL % CONTRACT WORK WORK COMPL. BACKLOG 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% 95.1°% 0.7% 68.3% 3.2% 64.9% 2.5% 100.0% 0-1% 19.6°% 1.0°% 112,635 36,084 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 I, 637,637 4 715 4716 4717 4718 4719 4720 4721 MGM DR. HATHAWAY.LOSANGELES PIER G-CONNOLLY-PAC:LONG BEACH CANAL AVE.-COWELCO:LONG BEACH WATERFRONT ST.:PLAYA VISTA TECH PL BUS SHELTR. LB:WATT CO MARINE STADIUM E:L.B. R-6451 KAISER NORMANDIE:HARBOR CITY HATHAWAY DINWIDDIE CONSTRUCTIO 25.875 93.6% 1.6E CONNOLLY-PACIFIC 60000 0.0% 80,00 COWELCO STEEL FABRICATORS 182,997 0.0% 182,99 PLAYA CAPITAL CO 81,279 0.0% 81,27 WATT COMPANIES 73,900 0.0% 73,90 CITY OF LONG BEACH 192,575 0.7% 191,29 KAISER FOUNDATION HEALTH PLAN 199,250 0.0% 199,25 Job p 3843 4103 4348 4650 4653 4672 4682 4706 4714 4340 4416 4.442 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 4829 4633 4635 WORK EXPERIENCE 11-30-09 CLOSED JOBS Project Description LAUREL CYN, LOS ANGELES HOLLAND CANAL:CO LA PH 3 CONT. YD EXP PIER HD7050 SPEED HUMPS -VAR LOC:PASADENA GETTY CENTER:LOS ANGELES 5901 7TH ST VA HOSP:LONG BEACH AVALON ST:WILMINGTON P -LOT @ SHORELINE DR:LONG BEAC FLORENCE AVE WALNUT PARK:TESTA SLAUSON AVE. @ SR -90 CULVER STIMSON AVE.# 07.851:LA PUENTE SEPULVEDA BLVD. 2007-3001 CALIFORNIA BLVD.:PASADENA SHENANDOAH E/S:LAUSD 0810124 NUEVA VISTA E/S:BELL PACOIMA MIDDLE SCH:PACOIMA EAGLE ROCK H/S: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 SCH:GLENDALE LAS BRISAS ST:SIGNAL HILL FIRE LANE UCI:IRVINE MADISON ELEM. SCH: REDONDO BCH JUVENILE HALL:ORANGE SHEILA ST.:CO,MMERCE WASHINGTON BLVD:MARINA DEL REY WEST/BALL:ANAHEIM jOHNI WAYNE AIRPORT:BALI PROJECT NAME CITY 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 RE. 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 BALLCONS.T.RUCTION- 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 16,876 15,536 4636 CRE NSI1AWi PV OR NO POLLING HILL ROLLING HILLS ESTATES 178,414 4637 DISNEYLAND TRENCH PATCH:BALI BALI CONSTRUCTION 9.985 WORK EXPERIENCE 11-30-09 CLOSED JOBS Final Contract Job H Project Description PROJECT NAME Amount 4638 VARIOUS SCHOOLS:COMPTON CITY OF COMPTON 89,200 4641 PUENTE HILLS LANDFILLACO SANI LOS ANGELES COUNTY SANITATION 474,349 4657 SO. FREMONT ST.:ALHAMBRA INTERSCAPE CONSTRUCTION, INC 4,600 4659 VIA CAMPENSIANALMONTE:PV EST CITY OF PALOS VERDES ESTATES 204,212 4663 EMERSON AVE.:OXNARD INTERSCAPE CONSTRUCTION, INC 17,450 4664 UC IRVINE ENG TIRVINE HENSEL PHELPS CONSTRUCTION CO. 144,019 4666 5TH ST.:MANHATTAN BEACH BEARDSLEY CONSTRUCTION 1,500 4691 LEWIS AVE.SIGNAL HILL BGI 650 4458 TAPO CYWALAMO ST:SIMI VALLEY CITY OF SIMI VALLEY 2,957,391 4530 VARIOUS LOCATIONS:CULVER CITY CITY OF CULVER CITY 801,667 4590 07-08 ROYAL AVE:SIMI SV08-02 CITY OF SIMI VALLEY 1,816,110 4592 07/08 MADERA RD:SIMI SV08-05 CITY OF SIMI VALLEY 711,585 4647 WOODS AVE SEWER:FULLERTON CITY OF FULLERTON 1,080,938 4413 LACC-VERMONT & MELROSE 12157 BERNARDS BUILDERS 182,916 4468 LACC-VERMONT/MELROSE:LA BALI CONSTRUCTION 6,085 4499 KAISER CANTARA ST.:PANORAMA KAISER FOUNDATION HEALTH PLAN 91,879 4523 KAISER:BALDWIN PARK KAISER PERMANENTE(USE) 345,764 4548 KAISER.:HARBOR CITY KAISER FOUNDATION 58,823 4571 AVE. 45/FIGUEROA:HIGHLAND PARK BUNTICH PACIFIC JT VENTURE 76,100 4574 SOUTHERN/GARFIELD:SOUTH GATE MLADEN BUNTICH 27,300 4603 INGLEWOOD/CULVER:LOS ANGELES PLAYA CAPITAL CO 371,356 4607 LACC CHILD DEV CTR:LOS ANGELES CA CONSTRUCTION 36,549 4612 KAISER VENTURA CYN AVE:VAN NUY KAISER PERMANENTE (USE) 43,997 4615 PIER A WEST:568-0017 TUTOR SALIBA PERINI, JV 142,872 4616 PIER A WEST:568-0013 MOR SALIBA PERINI, JV 321,780 4232 VALENCIA MESA DR.:FULLERTON SWINERTON & WALBERG 934,135 4282 LOOP RD @ PARK PL: 6060-02 HATHAWAY DINWIDDIE CONSTRUCTIO 1,112,969 4415 5550 CASE AVE., LA 18234 PCL CONSTRUCTION SERVICES 166,308 4505 TOPANGA & VICTORY:WESTFIELD WESTFIELD DESIGN & CONSTRUCTIO 2,597,572 4507 N. BRAND BLVD:GLENDALE HATHAWAY DINWIDDIE CONSTRUCTIO 217,460 4516 TUSTIN AVE11ST ST:MCCARTHY MCCARTHY PACIFIC DIVISION 233,937 4583 OLYMPIC/CENTINELA:SANTA MONICA BAYLEY CONSTRUCTION 1,961,558 4595 MARINA HJS:HUNTINGTON BCH HUNTINGTON BEACH UHSD 3,345,226 4624 WASHINGTON/INDIANA:VERNON JOHNSON CONTROLS, INC. 160,359 4625 EL PRESIDIO ST.:CARSON LANE AIRE MANUFACTURING 13,122 4626 VAN NESS & SLAUSON:LOS ANGELES MLADEN BUNTICH 4,850 4630 LAMAR & MAIN:LOS ANGELES ELECTRO CONSTRUCTION 33,320 4631 4TH ST SAN BERNARDINO:REMPREX REMPREX, LLC 1,438,337 4646 CALIFORNIA BLVD.:PASADENA HATHAWAY DINWIDDIE CONSTRUCTIO 37,708 4648 BANDINI BLVD:BNSFNERNON BURLINGTON NORTHERN SANTA FE 454,993 4654 WESTERN AVE:TORRANCE MOOG AIRCRAFT GROUP 7,240: 4660 GOODE AVE.GLENDALE DINWIDDIE CONSTRUCTION COMPANY 256,760 4665 MIOV,AYPUMP STA V.ESTMINSTER CHARLES KING COMPANY 41.215 4667 34TH ST. USC'LOS ANGELES UNIVERSITY OF SOUTHERN CALIF 1.34,903 4668 SULPHUR PRISISAR:SANTA PAULA C. A. RASMUSSEN. INC. 16,824 4671 R STIFIGUEROA:KAISER:WILMINGTN KAISER PERMANENTE (USE) 8.450 WORK EXPERIENCE 11-30-09 CLOSED JOBS Fina Contract Job # Project Description PROJECT NAME Amount A 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 9,296 4701 VENIZIAA_INCOLRLOSANGELES WORLD OIL 3,190 4211 VARIOUS INTERSECTIONS:LONG BCH C.T.B F. INC. 306,515 4295 CULVER BLVNISTA 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 40420-00302 CITY OF REDONDO BEACH 540,525 4454 UCHRVINE HENSEL PHELPS CONSTRUCTION CO. 58,853 4522 BELMONT PIER PLAZA113 R6660 CITY OF LONG BEACH 514,419 4541 CAMINO REAU182ND ST:REDONDO CITY OF REDONDO BEACH 444,555 4569 MIDWAY/39TH PLLONG BEACH. SAFEWAY INC: VONS 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 HAAT ARRESTING SYS:BURBANK ARPI BURBANK/GLENDALEJPASADENA 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 WORK EXPERIENCE 11-30-08 OPEN JOBS Job ;4 Project Descriptlon 3.643 4042 4093 4103 4126 4129 4165 4211 4232 4240 4242 4245 4266 4282 4295 4302 4319 4324 4328 4329 4330 4339 4340 4348 4370 4408 4413 4415 4416 4425 4434 4442 4443 4454 4458 4466 4468 4481 4482 4483 4490 4492 4497 LAUREL CYN, LOS ANGELES TUDOR-AWESTWD REPL 945760.01 TRANSIT HUB -SAN FERN VLYILA HOLLAND CANAL:CO LA UNIVERSITY AVE.:RIVERSIDE NO. SCIENCE BLDG. MT.SAC EL TORO RD:LAKE FOREST VARIOUS INTERSECTIONS:IONG BCH VALENCIA MESA DR.:FULLERTON CALTRANS LINCOLN:07-166004 CHANDLER/UWKERSHIM: C108099 UNNIE CANAL COURT: C108109 CENTINELA AVE: C-108597 LOOP RD @ PARK PL: 6060-02 CULVER BLVNISTA DEL MAR: VERMONT AVE: E.LA # C-109146 REDONDO AVE:LONG BEACH R-0681 USC, FIGUEROA & JEFFERSON HIGHLAND AVE.:LA. 109718 SUNSET BLVD. C109716-1 HARBOR GATEWAY:L.A. C-109717 VARS LOC., CIO LNG BCH R6703 SLAUSON AVE. @ SR -90 CULVER PH 3 CONT. YD EXP PIER HD7050 ALAMEDA ST NO SPRG ST C110421 HOLLYWD WY BRBNK AIRPORT A2977 LACGVERMONT & MELROSE 12157 5550 CASE AVE., LA 18234 STIMSON AVE. #07-851 IST & SPRING:LA-55797 IMPERIAL HWY:DOWNEY#55 585 SEPULVEDA BLVD. 2007-3001 INGLEWOOD AVE.:RB 40420-40302 UCIJRVINE TAPO CYNIALAMO ST:SIMI VALLEY LA CO SANI DIST:SITE IMPRV LACC-VE RMONT7MELROSE:LA CERRITOSIEL RITO AVE.:GLENDALE 20TH & REDONDO:LONG BEACH BOB HOPE AIRPRT:BURBANK E06-53 VARIOUS LOC:LB TRANSIT TIERRA REJAbA RD%2ND ST MORPRK CALIFORNIA BLVD.:PASADENA PROJECT NAME CITY OF LOS ANGELES -DPW TUTOR SALIBA PERINI, JV LOS ANGELES COUNTY DEPARTMENT LOS ANGELES COUNTY DEPARTMENT CITY OF RIVERSIDE MT. SAN ANTONIO COLLEGE CITY OF LAKE FOREST C.T.& F. INC. SWINERTON & WALBERG CALTRANS CITY OF LOS ANGELES -DPW LOS ANGELES COUNTY DEPARTMENT CITY OF LOS ANGELES HATHAWAY DINWIDDIE CONSTRUCTIO PLAYA CAPITAL CO LOS ANGELES COUNTY DEPARTMENT CITY OF LONG BEACH UNIVERSITY OF SOUTHERN CALIF. L.A.000NTY DEPT. PUBLIC WORKS LA.000NTY DEPT. PUBLIC WORKS L.A.000NTY DEPT. PUBLIC WORKS CITY OF LONG BEACH PLAYA CAPITAL CO PORT OF LONG BEACH CITY OF LOS ANGELES BURBANKIGLENDALEIPASADENA BERNARD BUILDERS PCL CONSTRUCTION SERVICES CITY OF LA PUENTE TUTOR SALIBA PERINI, JV CITY OF DOWNEY PLAYA CAPITAL CO CITY OF REDONDO BEACH HENSEL PHELPS CONSTRUCTION CO. CITY OF SIMI VALLEY LOS ANGELES COUNTY SANITATION BALI CONSTRUCTION CITY OF GLENDALE ALAMITOS RIDGE BURBANKIGLENDALEIPASADENA LONG BEACH TRANSIT CITY OF MOORPARK CSI ELECTRIC CONSTRUCTION EST. FINAL CONTRACT 807,100 2,339,610 1,473,973 299,925 2,067,233 910,385 11,091,333 306,515 930,000 12,146,938 5,421,529 351,920 2,880,145 1,112,969 1,601,060 1,392,670 221,979 1,585,000 3,552,591 2,062,587 2,744,039 1,353,277 2,510,518 23,446,239 2,741,613 23,710 182,915 186,308 397,215 230,000 2,427,816 596,857 540,525 59,976 2,957,391 2,453,930 6,085 1,197,605 315,429 13,177,103 879,832 3,167,906 14,982 WORK COMPL. 99.5% 100.0% 1 D0.0% 99.8% 99.9% 100.0% 99.6% 99.9% 93.4% 99.2% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 99.6% 99.9% 98.8% 100.0% 94.4% 100.0% 99.1% 100.0% 100.0% 100.0% 100.0% 58.5% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 100.0% 99.8% 99.3% 100.0'% 100:0% 100.0% WORK BACKL( 4. 2.- 41, ; 41, 61, 99, 141 23 i bl Q 4A 99 KAISER CANTARA ST.:PANORAMA KAISER FOUNDATION HEALTH PLAN 81,999 20.1% 65.5 4502 WEST CHAPMAN SEWER:GG7805 GARDEN GROVE SANI DIST 1,967,739 100.0% 4505 TOPANGA & VICTORY:WESTFIELD WESTFIELD DESIGN & CONSTRUCTIO 2.598,409 93.6% 167,2, WORK EXPERIENCE 11-30-08 OPEN JOBS EST. FINAL WORK WORK Job H Project Descriptlon PROJECT NAME CONTRACT COMPL. BACKLCA 4507 N. BRAND BLVD:GLENDALE HATHAWAY DINWIDDIE CONSTRUCTIO 217,460 97.2% 6,Oi 4508 ALVARADO TRANSIT CORRIDOR: LA COMMUNITY REDEVELOPMENT AGY 2,140,870 72.2% 594,3: 4515 MT. SAC PAY LOT B MOD MT. SAN ANTONIO COLLEGE 224,919 100.0% 4516 TUSTIN AVE/1ST ST:MCCARTHY MCCARTHY PACIFIC DIVISION 233,937 100.0% 4522 BELMONT PIER PLAZA:LB R6660 CITY OF LONG BEACH 514,419 100.0% 4523 KAISER:BALDWIN PARK KAISER PERMANENTE (USE) 339,000 71.3% 97,33 4524 VERDUGOBARRINGTON:GLENDALE CITY OF GLENDALE 617,495 98.5% 9,25 4526 LAKEWOOD BLVD PH 2:D0WNEY CITY OF DOWNEY 2,047,150 92.2% 159,91 4530 VARIOUS LOCATIONS:CULVER CITY CITY OF CULVER CITY 801,667 100.0% 4531 CAL CARTAGE:WILMINGTON CAL -CARTAGE 18,500 71.1% 5,35, 4534 7TH & CATALINA:LOS ANGELES HENSEL PHELPS CONSTRUCTION CO. 73,954 100.0% 4535 SHENANDOAH E/S:LAUSD 0810124 LOS ANGELES UNIFIED SCHOOL 744,408 99.8% 1,581 4541 CAMINO REAL/182ND ST:REDONDO CITY OF REDONDO BEACH 444,555 98.8% 5,53' A545 BERTHS 261-267:CON-PACIFIC CONNOLLY-PACIFIC 174,979 99.9% 9e 4548 KAISER.:HARBOR CITY KAISER FOUNDATION 58,500 85.7% 8,35: 4549 RAMIREZ CANYOWMALIBU D6821 TORRES CONSTRUCTION 400,835 99.5% 1,990 45152 JOHN WAYNE AIRPORT:CO OF ORG JOHN WAYNE AIRPORT 1,538,269 89.3% 164,414 4553 PACIFIC COAST HWY:DANA POINT CITY OF DANA POINT 5,792,241 49.3% 2,936,263 4558 LA PALMAAVE.ANAHEIM PENNER PARTITIONS 15,895 100.0% 4559 BERTH 302-305:PORT OF LA DYNALECTRIC 35,000 3.5% 33,773 4566 CLEVELAND HS:RESEDA LOS ANGELES UNIFIED SCHOOL 1,304,212 90.4% 124,921 4567 LANKERSHIMNARIOUSLOC!LA LA COMMUNITY REDEVELOPMENT AGY 1,143,779 5.5% 1,080,360 4568 NUEVA VISTA E/S:BELL PREMIER WEST 206,362 100.0% 4569 MIDWAY/39TH PL•LONG BEACH SAFEWAY INC: VONS SUB DIVISION 6,353 100.0% 4571 AVE. 45/FIGUEROA:HIGHLAND PARK BUNTICH PACIFIC JT VENTURE 76,100 100.0% 4572 VARIOUS LOCATIONS:LONG BEACH LONG BEACH TRANSIT 147,364 52.1% 70,535 4573 ATHERTON STRIA DRAIN:LB R-6732 CITY OF LONG BEACH 1,318,294 89.5% 138,165 4574 SOUTHERN/GARFIELD:SOUTH GATE MLADEN BUNTICH 27,300 100.0% 4577 SLAUSON OVERPASS:BELL CITY OF BELL 74,614 100.0% 4578 PACOIMA MIDDLE SCH:PACOIMA TORRES CONSTRUCTION 13,892 96.1% 541 4582 2007-08 ST IMPRV:INGLEWOOD CITY OF INGLEWOOD 548,259 100.0% 4583 OLYMPIC/CENTINELA:SANTA MONICA BAYLEY CONSTRUCTION 1,961,558 99.2% 15,497 4584 VARIOUS LOCATIONS:SANTA ANA SANTA ANA, CITY OF 3,564,725 99.8% 6,241 4585 PAVEMENT REHAB:WESTLAKE VILLAG CITY OF WESTLAKE VILLAGE 2,125,397 100.0% 4586 7TH ST.:LONG BEACH R-6722 CITY OF LONG BEACH 1,713,347 99.9% 929 4587 COLUMBUS ELEM SCH:GLENDALE CHARLES PANKOW BUILDERS. 225,945 95.0% 11,319 . 4588 EAGLE ROCK H/S:LAUSD 0810277 LOS ANGELES UNIFIED SCHOOL 1,145,847 86.8% 151,754 4590 07-08 ROYAL AVE:SIMI SV08-02 CITY OF SIMI VALLEY 1,791,856 93.6% 113,799 4591 LAS BRISAS ST:SIGNAL HILL CITY OF SIGNAL HILL JA2,Z49 57.5% 3;597 4592 07/08 MADERA RD:SIMI SV08-05 CITY OF SIMI VALLEY 711,585 100.0% 4593 4594 4595 4596 4597 4598 Job # 4599 4600 4603 4604 4605 4606 4607 4608 4609 4611 4612 4613 4615 4616 4618 4619 4620 4621 4623 4624 4625 4626 4627 4628 4629 4630 4631 4632 4633 4635 4636 4637 4638 4639 4640 4641 4642 LOWELL EL SCRLONG BCH USD FIRE LANE UCI:IRVINE MARINA H/S:HUNTINGTON BCH MAT ARRESTING SYS:BURBANK ARPT WILSHIRE/FAIRFAX:LOS ANGELES CHEVIOT HILLS:LA C113689 LONG BEACH UNIFIED SCHOOL DIST UNIVERSITY OF CALIF -IRVINE HUNTINGTON BEACH UHSD BURBANK/GLENDALE/PASADENA MATT CONSTRUCTION CO. CITY OF LOS ANGELES -DPW WORK EXPERIENCE 1130-08 OPEN JOBS Project Description VARIOUS SITES:COMPTON USD ANCHORAGE RD:LONG BEACH INGLEWOODICULVER:CULVER CITY MADISON ELEM. SCH: REDONDO BCH MWD WATERLINE:BEV HILLS/LA PERRY LINDSEY ACADEMY:LONG BCH LACC CHILD DEV CTR:LOS ANGELES TAXIWAY DELTA:LONGBEACH R6757 JUVENILE HALL:ORANGE USC ST IMPROVEMENT:LOSANGELES KAISER VENTURA CYN AVENAN NUY STORM DRAIN POLUDUST:POLB7328 PIER A WEST:568-0017 PIER A WEST:568-0013 FEDEXRAMP BURBANK AIRPORT SO REGION ELEM SCH #TLAUSO EAST LA H/S:LOS ANGELES MISC. AC REPAIRS:DANA POINT VAR SO IMP CANDLBERRY:SEAL BCH WASHI NGTONlI NDIANANERNON EL PRESIDIO ST.:CARSON VAN NESS 8 SLAUSON:LOS ANGELES SHEILA ST.:COMMERCE LIMECREST OR-LACDWP:CO OF LA WASHINGTON BLVD:MARINA DEL REY LAMAR 8 MAIN:LOS ANGELES 4TH ST SAN BERNARDINO:REMPREX W. 6TH ST:LOS ANGELES WEST/BALL:ANAHEIM JOHN WAYNE AIRPORT:BALI CRENSHAW&PV DR NO:ROLLING HILL DISNEYLAND TRENCH PATCH:BALI VARIOUS SCHOOLS:COMPTON 4 INTERSECTIONS:LB & LKWD BERTH 73/BERTH 191:POLA PUENTE HILLS LANDFIL:LACO SANI WOOD BLVD:LA CO AFL-CIO PROJECT NAME COMPTON UNIFIED SCHOOL DIST R.E. SCHAEFER, INC. PLAYA CAPITAL CO REDONDO BEACH U.S.D. RUDOLPH & SLETTEN, INC. LONG BEACH UNIFIED SCHOOL DIST CA CONSTRUCTION CITY OF LONG BEACH ALCORN FENCE UNIVERSITY OF SOUTHERN CALIF. KAISER PERMANENTE (USE) PORT OF LONG BEACH TUTOR SALIBA PERINI, JV TUTOR SALIBA PERINI, JV FEDERALEXPRESS LOS ANGELES UNIFIED SCHOOL TUCKER ENG CITY OF DANA POINT CITY OF SEAL BEACH JOHNSON CONTROL, INC. LANE AIRE MANUFACTURING MLADEN BUNTICH ELECTRO CONSTRUCTION LOS ANGELES COUNTY DEPARTMENT PCL CONSTRUCTION SERVICES ELECTRO CONSTRUCTION REMPREX, LLC MATT CONSTRUCTION CO. BALI CONSTRUCTION BALI CONSTRUCTION ROLLING HILLS ESTATES BALI CONSTRUCTION CITY OF COMPTON THE BOEING COMPANY CONNOLLY-PACIFIC LOS ANGELESCOUNTYSANITATION LA CO FED OF LABOR AFL-CIO 541,662 907.704 3,215.000 3,642,247 1,071,699 777,869 EST. FINAL CONTRACT 837,132 7,710 386,070 39,300 1,809,170 1,074,447 36,549 816,228 452,834 1,717,400 43,997 4.688,404 121,706 327,832 3,493,821 638,518 166,000 94,600 1,419,864 83,288 13,122 4,650 2,698 228,859 124,000 31,900 1,435,273 352,051 16,876 15,536 178,414 9,985 94,603 1,303,476 237,765 44.7,645. 8,388 100.0% 96.8% 90.3% 99.9% 49.1% 54.2% WORK COMPL. 100.0% 100.0% 92.6% 100.0% 1.9% 99.8% 58.2% 100.0% 14.4% 38.8% 100.0% 12.8% 12.3% 28.1% 2.8% 9.3% 34.3% 17.5% 0.9% 85.7% 100.0% 100.0% 100.0% 0.7% 35.0% 100.0% 78.3% 17.6% 100.0% 100.0% 99.3% 0.0% 1.4% 0.2% 0.0% 5:0% 100.0% 28 310 545' 356. WORT EIACKLI 28, 1,774, 2,1 15,: 387, 1,050,1 4,090,1 106,; 235,E 3,394 c 579,0 109,1 78,0 1,407,7 11,9 227,3 80,6: 311,6! 289,91 1,21 9,9E 93,2; 1,300,22 237,76 -425,12 4643 PLAYA VISTA -CAMPUS CAP PAVING PLAYA CAPITAL CO 338.600 1.0% 333.3 4645 USC-SCH CIN ARTS:LOS ANGELES HATHAWAY DINWIDDIECONSTRUCTIO 19.130 19.4% 15.4 4646 CALIFORNIA BLVD.:PASADENA HATHAWAY DINWIDDIE CONSTRUCTIO 37.426 0.0% 37.4 4647 WOODS AVE SEWER:FULLERTON CITY OF FULLERTON 1,090,322 0.8% 1,081,2 4648 BANOINI BLVD:BNSFNERNON BURLINGTON NORTHERN SANTA FE 454,993 0.0% 454,9: WORK EXPERIENCE 11-30-08 CLOSED JOBS Final Contract Job # Project Description PROJECT NAME Amount 3947 TUSTIN AVE, ANAHEIM CITY OF ANAHEIM 4,370,876 3959 SANTA MONICA BLVD, LA C104287 CITY OF LOS ANGELES -DPW 49,757,848 4062 MWD/ WATER LINE/SANTA MONICA CITY OF LOS ANGELES -DPW 7,739,622 4084 KAISER -SAND CANYONPRVINE 9280 WHITING -TURNER CONTRACTING 720,447 4088 DANA POINT ANNUAL RD RESURF CITY OF DANA POINT 1,490,592 4123 ANAHEIM ST..:LONG BEACH CITY OF LONG BEACH 3,249,006 4164 KENNEDY HS:ANAHEIM UHSD ANAHEIM UNIFIED HIGH SHCOOL DS 1,037,004 4218 ASHCROFT/ROBERTSON:W.HOLLYWOOD 52,900 4247 7THl710 BIKEWAY CON:LONG BEACH CITY OF LONG BEACH 606,153 4275 CLAY MIDDLE SCHOOL: #0510459 LOS ANGELES UNIFIED SCHOOL 620,819 4296 GLENDALE BLVD:LA C108979 CITY OF LOS ANGELES 597,309 4307 NEWPORT SHORES:NEWPORT BEACH CITY OF NEWPORT BEACH 1,584,279 4316 MONTROSE AVE.:LA COUNTY DPW LOS ANGELES COUNTY DEPARTMENT 2,447,026 4332 S.BRAND BLVD.REHABILITATION CITY OF GLENDALE 1,867,221 4336 VERMONT AVE CITY OF GARDENA 1,204,230 4337 McFADDEN AVE. REHABILITATION SANTA ANA, CITY OF 1,121,382 4343 BRAND & HARVARD, GLENDALE CITY OF GLENDALE 134,000 4353 FOUNTAIN VALLEY HS, FOUNTAIN V MCCARTHY PACIFIC DIVISION 1,074,427 4354 LA BREA AVE. CITY OF WEST HOLLYWOOD 496,890 4359 MICHELSON BLVD, IRVINE 6060-06 HATHAWAY DINWIDDIE CONSTRUCTIO 2,909,722 4361 OSAGE AVE, C/O LAWNDALE CITY OF LAWNDALE 209,832 4365 WEIDLAKE DRIVE IMP:LA C110050 CITY OF LOS ANGELES 465,183 4366 2006 ANNUAL ST. IMPROVMNTS CITY OF ALHAMBRA 651,988 4367 GRANADA AVE. & STAMY RD IMPRV CITY OF LA MIRADA 564,180 4373 2040 CENTURY PRKG LOT 6072-00 HATHAWAY DINWIDDIE CONSTRUCTIO 736,152 4374 WOODRANCH PRKWY, SIMI VALLEY CITY OF SIMI VALLEY 1,982,642 4377 PIER E BERTH E24 - 326 HDS2282 PORT OF LONG BEACH 5,295,408 4385 VARIOUS ST. IMPRVTS CITY OF INGLEWOOD 379,574 4393 JEFSN BL, PLYA VSTA 2006-3001 PLAYA CAPITAL CO 7,938,248 4394 CLARA ST.ATLANTIC AVE STPL5369 CITY OF CUDAHY 556,434 4401 N. MACLAY AVE.7510 P-700 FED CITY OF SAN FERNANDO 4,981,426 4404 PELTASON - UCI HENSEL PHELPS CONSTRUCTION CO. 22,443 4407 ORANGETHORPE AVE CITY OF BUENA PARK 1,038,513 4412 VARIOUS LOCATIONS CARSON MLADEN BUNTICH 16,824 4414 TOPANGA & VICTORY WESTFIELD DESIGN & CONSTRUCTIO 2,166,954 4417 PROSPECT VILLAGE-TUSTIN CITY OF TUSTIN 941,017 4418 2401 E. PCH:WILLMINGTON CAL -CARTAGE 22,830 4420 VERMONT MANCHESTER, 7403-098 MCCARTHY PACIFIC DIVISION 915,500 4421 TAXIWAY D, LNG BCH CITY OF LONG BEACH 59,379 4427 CO LAGUNA BEACH -2005-06 CITY OF LAGUNA BEACH 3,848,764 4429 RANDALL $T. STORM DRAIN:S.A. COUNTY OF ORANGE-RDMD 824,976 4435 CALTRANS ST. JOHN'S 07A2220 CALTRANS 90,524 4416 FULLER & GARNER WEST HOLLYWOOD CI -II' GF t;EST HGLLIT10 wD 4439 DESOTO AVE CHATSWORTH MLADEN SUNTICH 235,383 9,437 WORK EXPERIENCE 11-30-08 CLOSED JOBS Final Contract Job # Project Description PROJECT NAME Amount 4440 226TH ST./CLARETTA:RAW GRDNS CITY OF HAWAIIAN GARDENS 92,155 4444 ALLEN AVE ST/STRM ORN: #3210 CITY OF GLENDALE 279.890 4445 RAYMOND ST.:PASADENA DAMON CONSTRUCTION COMPANY 25,155 4-448 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 4.452 40824092 GLENCOE:L.A. WEST BUILDERS 309,434 4453 ST IMPROVEMENT 06-07:INGLEWOOD CITY OF INGLEWOOD 479,793 4.456 EL DORADO E/S:SYLMAR LOS ANGELES UNIFIED SCHOOL 794,632 4457 ACCESS RD REPAIR:LA FCC0001046 LOS ANGELES COUNTY DEPARTMENT 499,954 4461 CDR 233 UPGRADE: FCC0001023 L.A.000NTY DEPT. PUBLIC WORKS 374,942 4462 VIRGINIA ST:EL SEGUNDO CITY OF EL SEGUNDO 92,774 4463 MODULAR SITE:EL CAMINO COLL EL CAMINO COMMUNITY COLL DIST 147,800 4464 WASHINGTON/GRANDE :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 HOA 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 8 PCH:BOVIS BOVIS LEND LEASE, INC. 10,15% 4477 WEST LA COLLEGE:LACC #70331 L.A. COMMUNITY COLLEGE 186,054 4479 UNION AVE/BEVERLY 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 COUCH 8 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 AVE/ARTISAN WAY:PLA 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 SCHOOUTORRES TORRES CONSTRUCTION 207,053 4506 LAKE FOREST (VARIOUS): ORANGE ORANGE COUNTY 32,744 4509 KAISER ROSCOE BLVD:PANORAMA CY KAISER FOUNDATION 100,931 4310 LIGGIT EIS:TORRES TORRES CONSTRUCTION 84,479 45i I PIER F AVE LONG BEACH B d D CONTRUCTION 3,100 4512 L STREET:BNSF BURLINGTON NORTHERN SANTA FE 146.806 4513 LEAPWOOD EJS:TORRES TORRES CONSTRUCTION 142,331 4514 FOOTHILL BLVD:PASADENA BERNARD BUILDERS 81,317 WORK EXPERIENCE 11-00-08 CLOSED JOBS Flnal Contract Job # Project Deacrfptlon PROJECT NAME Amount 4517 18TH ST:SANTA MONICA CITY OF SANTA MONICA 15,198 4518 PCHNORMANDIE AVE; HARBOR CITY ARB INC. 94,545 4519 MOORPARK HIGHLANDS/SPRING ST CHAPARRAL CONSTRUCTION 616,202 4520 AMBLER AVE. SCH:TORRES CONST TORRES CONSTRUCTION 134,849 4521 ZANE GREY H/S:RESEDA TORRES CONSTRUCTION 75,326 4525 TAPER AVE. SCHOOUSAN PEDRO TORRES CONSTRUCTION 108,842 4527 SUNNY BRAE SCHOOL:WINETKA TORRES CONSTRUCTION 15,345 4528 THE GETTY CENTER HATHAWAY DINWIDDIE CONSTRUCTIO 37,887 4529 NORTHRIDGE MIS:NORTHRIDGE TORRES CONSTRUCTION 6,542 4532 SAN MIGUEL E/S:SOUTH GATE TORRES CONSTRUCTION 315,091 4533 USC CINEMATIC ARTS BLDG:LA - HATHAWAY DINWIDDIE CONSTRUCTIO 2,134 4536 4TH ST. SAN BERNARDINO BNSF BURLINGTON NORTHERN SANTA FE 265,323 4537 26TH ST:VERNON CBRE 52,143 4538 PLAYA VISTA:PRESHING DR. CSI ELECTRIC CONSTRUCTION 76,194 4539 WEST EQUIP LOT;BURBANK AIRPORT BURBANK7GLENDALE/PASADENA 63,382 4540 EVEWARD RD:CULVER CITY DLSB, INC. 47,967 4542 WESTERN/PASEO DEL MAR:PV VALVERDE CONSTRUCTION 13,374 4543 AMELIA AVE:GLENDORA(ROYAL EL) ROYAL ELECTRIC 21,950 4544 BURBANK RUNWAY 8-26 BURBANK/GLENDALE/PASADENA 16,585 4546 ORCHARD ST:BELL CITY OF BELL 19,375 4547 WRIGHT MIDDLE SCH:LA(TORRES) TORRES CONSTRUCTION 99,389 4550 4TH 8 LOS ANGELES:LOS ANGELES CHARLES KING COMPANY 18,527 4551 GEORGE BURNS:CEDAR-SINAf MED CEDAR SINAI MEDICAL CENTER 39,219 4554 BLUFF CREEK RD:FINGER CO FINVEST PLAYA VISTA 91,269 4555 VICTORYNINELAND:NO HOLLYWOOD WHITING -TURNER CONTRACTING 429,749 4556 GARVEY AVE.ROSEMFAD REYES CONSTRUCTION 38,218 4557 DACOTAH EARLY ED CNTR:L.A. TORRES CONSTRUCTION 159,273 4560 ROSCOE BLVD:WEST HILLS MAXX MECHANICAL 2,200 4561 BESS/LEORITA:BALDWIN PARK KAISER PERMANENTE (USE) 15,866 4562 J PAUL GETTY TR:LOS ANGELES J. PAUL GETTY TRUST 17,079 4563 NICHOLSBELSITO:HUNTINGTON BCH BALI CONSTRUCTION 405,647 4564 SPAZIER:BURBANK ENVIRONMENTAL QUALITY MGMNT 1,600 4565 AVE. OF THE STARS:LOS ANGELES HATHAWAY DINWIDDIE CONSTRUCTIO 9,375 4570 BURBANK AIRPORT LOT E:BURBANK BURBANK/GLENDALEIPASADENA 37,158 4575 DOUGLAS/EL SEGUNDO:EL SEGUNDO RMA LAND CONSTRUCTION 4,300 4576 MISC. AC REPAIRS:DANA POINT CITY OF DANA POINT 94,080 4579 KAISER_ NORMANDIE__HARBOR CITY KAISER -FOUNDATION 8;225 4580 CAL ST NORTHRIDGE 810277 TUCKER ENG 6,200 -1581 BNSF26THST IMPRV COMMERCE BURL ING]ONNORTHERNSAN IAFE 296.935 4589 9900 WILSHIRE BLVD :BEV HILLS PSOMAS 32,189 4601 SHEILA & INDIANA:COMMERCE ELECTRO CONSTRUCTION 8,784 4602 CALSTATE NORTHRIDGE HATHAWAY DINWIDDIE CONSTRUCTIO 9.386 4610 SEPULVEDA BLVD:LONG BEACH B 8 D CONTRUCTION 8,939 4614 LOMITABLVD.:WILMINGTON ELECTRO CONSTRUCTION 3,486 WORK EXPERIENCE 11-30-08 CLOSED JOBS Job# Project Description 4617 SEPULVEDA BL (HARBOR):LONG BCH 4622 D & E YARD CROSSINGS:COMMERCE 4634 SPRINKER FITTERS UA LOCAL 709 4644 LOSANGELES 4042A GAYLEYAVE:WESTWOOD Final Contract PROJECT NAME Amount B & D CONTRUCTION 16,600 LOS ANGELES JUNCTION RAILWAY 44,041 SPRINKLERS FITTERS LOCAL 709 27,441 HATHAWAY DINWIDDIE CONSTRUCTIO 47,068 TUTOR SALIBA PERINI, JV 728,533 City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 NON -COLLUSION AFFIDAVIT State of California ) County of LOSAWLE�ss. V.P. BROWN being first duly sworn 'deposes and says that he or she is of 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 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. sj(yt►sl, PMES40ENT Bidder Authorized Signature/Title Subscribed and sworn to (or affirmed) before me on this day �'fi'',l' J LO"17 2012 C.P. (iRO�b�lr� by , 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. [SEAL] C. PHILLIPS COMM. #1809758 N Nbfi3ry Public -California � LOS ANOELe8 00UNTY a My b'fiffiffl, LqIF@5 AU§: 101 Oil 13 Notary Public Phips, Notary Public My Commission Expires: 6,tb' �L City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 DESIGNATION OF SURETIES Bidders name 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): 14 City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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 Total dollar Amount of Contracts (in �'CJtia 5°I� '���� �� 102'►`i 2(pa�11A Thousands of $ No. of fatalities Q 0 Q O No. of lost Workday Cases ,L LA No. of lost workday cases involving U Q Q 0 d 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 Business Address: Business Tel. No..- State o.:State Contractor's License No. and Classification: PALF, W. ITA EXCEL PAVING COMPAW 2230 tEMON AVENUE LONG BEACH, Cu C 6 90806 STATE LIC. 688659"A' Title The above information was compiled from the `reco'r`ds '' i_ e 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 MAY - 9 2012 Title C, F, RROW.d, PAESJCEN Signature of I bidder )"t� Datd4AY - 91011 Title MI6HELE E. DRAKULICH, ASST.. 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 ATTACHED1 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On " I before me, C. Phillips, Notary Public (Here insert name and tide of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isrtare subscribed to the within instrument and acknowledged to me thatioefshraey executed the same in kisftltor/their authorized capacity(ies), and that by hisker/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. ^C. PHILLIPS WITNESS my hand and official seal. COMM. #18097 N Notary F ublic California it LOS ANGELES COUNTY LL My Comm. Expires Aug. 16, 2012 of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Tide or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tide) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Vmion CAPA vl2.10.07 800-873-9865 www NotwyClasscs corn 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 ordside 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. ceriWng the authorized cgndty of the signer). Please cluck 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 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/thty 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 p(rotographically 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 the notary public must match the signature on file with the office of the county clerk. <• Additional information is not required but could help to ensue this acknowledgment is not misused or attached to a different document Indicate tide or type of attached document, number of pages and date. 3 Indicate the capacity claimed by the signor. 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 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 ACKNOWLEDGEMENT OF ADDENDA Bidders name ;r;, ,4.aVTNOO CT WN The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 0 o Addendum No. Date Received Signature 17 City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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: Name of individual Contractor, Company or Corporation: RAI -2 IWC IJBA EXCEL EAVIN I CGMPAW 2230 LEMON AVENUE Business Address: LONG BEACH, CA 90806 Telephone and Fax Number: (562) 599-58141 FAX (562) 599-746: California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) STATE LIC. 666659 "A" Original Date Issued: Expiration Date: r3k%A 'yp 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: Name Title Address Telephone Cuft P Brown PmWff and Chi -el Execulve Omer Curtis P. Brown III Vice President and Chief Operating OMm--- Bruce E. George R. McRae Vice President "art.i. a RA•u P 4230 LEMONAVENUE (562) 599.5041 _ LO Michele E. Drakulich Assistant Secretary Corporation organized under the laws of the State of iF:3 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 vV Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so,, expla 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 (I to 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. XIMEL RN TRU Bidder C.P. MROWIN, PRESIDENT (Print name of Owner or President of Corporation/Company) Authorized Signature/Title Title my - U 2011 Date Cad', Pit W!j, PAESIDEN'f C. Phillips, (Votary Public Notary Public, personally On i�;,'"�.`' � '!0'12' before me, , appeared =• ROWN , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is re subscribed to the within instrument and acknowledged to me that (Dshe/they executed the same in is er/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. Notary Public in a4 for said State My Commission Expires:' mill (SEAL) C. PHILLIPS COMM. #1809758 n Notary Public -California LOS ANGELES COUNTY u. My Gartim, goifes Aug 16, 2012 City of Newport Beech 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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: 0 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 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 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 removing the existing tide gate, vault lid, motor, and controls; furnishing and installing Tideflex check valves, submersible trash pump, piping, and sidewalk; connecting to existing electrical facilities, adding irrigation lines and control equipment, replacing existing walls relocating existing handrails, relocating existing street light, and installing planting material. 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. 4773, 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: 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. 22 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 One Hundred Eighty -Two Thousand, Five Hundred One and 001100 Dollars ($182,501.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter 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: Tom Sandefur (949)644-3312 CONTRACTOR PALP Inc., dba Excel Paving Company 2230 Lemon Avenue Long Beach, CA 90806 562-599-5841 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. Coverage and Limit Requirements. a. 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' 23 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. d. 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. a. 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 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. M 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 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. 25 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. 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. j. 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 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. 26 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. 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 27 be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the dates written below. APPROVED AS TO FORM OFFICE OF THE CITY ATTORNEY Date: _% / 7 lt Z -- or Ka ro n Aaron C.19P&�p City Attorney ATTEST: Date: AlfeilaqK. Brown City Clerk o m� u � C1�/FQK�`T' U-11 CITY OF NEWPORT BEACH A California Municipal Corporation and City and Chartr City By Nancy G Mayor PALP, INC., DBA EXCEL PAVING COMPANY A California Corporation B: Y (Corporate (Jfficer) Title: President Print Name: C.P. Brown Date: CYC a--\ -Z' I a. d � MEN (Financial Officer) Title: Secretary Print Name: Michele E. Drakulich Dater 3 l CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of Los Angeles On —�j _ 2 before me, C. Phillip,,_ Notary Public (Here rnsert name and tide of the officer) personally appeared C-P.Broim and Michele E_ T)r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is4xe subscribed to the within instrument and acknowledged to me that fxdshcfdhey executed the same in ki&&N/their authorized capacity(ies), and that by /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instmment. 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. COM •"" M PHILLIPS • ... i'; M. #18097580 y'f . a Notar Public -California _P` LOS ANGELES COUNTY a (Notary Seal) 1y Comm, Wires Aug, 16, 2012 Signawre qouiry Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Nwnber of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) O Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12 10.07 800-873-9865 www NotaryClasscs 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 farm must be properly completed and attached to that document. rht only exception is !f 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. eert(fying the authorized capacity of the signer). Please ehecklhe 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 the signer(s) personally appeared which must also be the same date the acknowledpwrit 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 the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. hetshe/tley—, 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 Ootograplucally 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 the notary public must match the signature on file with the office of the county clerk <• Additional uifomiation 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 tide (i e CEO, CFO, Secretary). • Securely attach dus document to the signed document City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 BOND NO. 8229-93-90 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,004.00 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 19TH STREET TIDE VALVE REPLACEMENT, Contract No. 4773 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. 4773 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 Califomia as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Eighty -Two Thousand, Five Hundred One and 001100 Dollars ($182,501.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these. present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. N9 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 31 st day of May .1 2012. PALP Inc., dba Excel Paving Company (Principal) Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908-903-2000 Telephone &Po ISROWN Authorized Signature/Title / Authorized Agent Signature Timothy D. Rapp, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 30 I- 3 10] 090 EV. 4 0 a UIRL i' 11111 CERTIFICATE OF ACKNOWLEDGMENT State of California County Of Les Angeles On :7, before me, C. Phillips, Notary Public (Here went tura end lite of the officer) personally appeared who proved !c me on the basis of satisfactory evidence to be the personW whose names) is/aw subscribed to the within instrument and acknowledged to me that he/zkmtw�xexecuted the same in hisAM3�fllcir authorized capacitygpo, and that by his/herr/1Wf signature(s) on the instrument the person(§), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is We and correct. WITNESS m hand and official seal. ai - C. anr_u�s Y y MP6N. ?i80`:7J8 -" Notary fubic-CalhrorniaCA&•LO,SANGCU_S COUPITY u (Notary Soap__ ,. Aly Cumn- D7ilresaug. i6, 2012 K Si of Notary Public _ ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOC(IMENT (Title or description of attached (Title or description ofattached documeol continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Offer ❑ Pariner(s) ❑ Anomey-in-Pact ❑ Trustee(s) ❑ Other 2008 Version CAPA x92.1007800-873-9865 snvwt NotwvClasscs. corn INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California mutt contain verbiage exactly as appears above in the reray section or a separate acknowledgment form mart be properly completed and rurached to that document. The only uceprfon is if a document u to be recorded masid, ofCaltfomia. In such immncts, any alternative acknowledgment verbiage w may be printed on suah a dcxumenr so long as the verbiage docs not require the rotary to do something thin it illegal for a norary in California (i.e. cerrOing the authorized capacity of rhe signer). Plewa check the document carefully for proper notarial wording and attach this form ifrequired • Slate and County information must be the State and County where the document signes(s) personally appeased before the notary public for acknowledgment. • bate of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The rentary public must print his or her time as it appears within his or her cernmission followed by a comma and then your title (notary public). • Print the names) of documcnl signers) who personally appear at the time of nol9(italion. • Indicate the coney singular or plural forms by crossing off incorrect forms (i.e. hdshdlhey,- is /are ) or circling die correct forsus. Failure to correctly indicate Otis infom+asion may lead to rejection of document recording.. • The notary seal impression must be clear and photographically reproducible. Impression mus[ not cover text or lines. If seal impression smudges, re -seal if a sufficient arca fictions, otherwise complete a different ackmowledgment form, • Signature of die nou ry public must mulch the signature on file wills die orrice of Elie county clerk. Additional infommtion is not required but could help to ensure this eclovowiedgnmul is not misused or attached to a different document. Indicate titleor type of attached document, number of pages and data. Indictnt die capacity claimed by die signer. If die claimed capacity is a corpomtc officer, indicate the title (i.e. CFO, CPO, Secretar). • Securely attach this document to die signed docunhem ACKNOWLEDGMENT State of California County of Orange ) On 05131/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp who proved to me on the basis of satisfactory evidence to be the person(* whose name( is/ef subscribed to the within instrument and acknowledged to me that he/stexecuted the same in his/ authorized capacity(", and that by his/ signature(s) on the instrument the personM, or the entity upon behalf of which the person(co 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. �s�40Fn,� DEBRASWANSON ,6 WITNESS my hand and official seal. cv a comm. # 1.822117 X m NOTARfFUBLIGCALJFO M X " ORANGE COUNTY 0.p� My Comm. Expires NOV 10, 2012 Signature�ly '—� 13 �n �,. (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 CM6d®s 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 at 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 ::::N--. . Jr„ Vire Presitlenl 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, dict 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 me genuine handwriting of David B. Norris. Jr., and was thereto subscribed by authority of said By. Lam and in deponent's presence. .Notarial Seal06tws'��S� KATHERINE 1. ADELAAR NOTARY PUBUC OF NEW JFft$FlNe,2316685 COMMimion Expires July 16, 2014 Notary Public CERTIFICATION Extract from the By- Lam 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 Vire 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 attomey 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'Companiesl do hereby cerfify that (i) the foregoing extract of the By. Lam of the Companies is We and correct, (ii) the Companies are duty 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 31St day o1 May 2012 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- 02256- U (Ed. 5- 03) CONSENT City of Newport Beach 19TH STREET TIDE VALVE REPLACEMENT Contract No. 4773 BOND NO. 8229-93-90 Premium Included 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 19TH STREET TIDE VALVE REPLACEMENT, Contract No. 4773 in the City of Newport Beach, in strict conforrnity 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. 4773 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, I or, 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 One Hundred Eighty -Two Thousand, Five Hundred One and 001100 Dollars ($182,501.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 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 31 st day of May .12012. O.W. BROWN PAL -P, Inc., dba Excel Paving Company (Principal) Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908-903-2000 Telephone - �• /L u� PRESIDENT Authorized Signaturerritle Authorized gen Igna ure Timothy D. Rapp, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 34 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California COUnty Of Los Angeles On — ` ( before me, C. Phillips, Notary Public (Here insert risme and tide of the olncet) personally appeared who proved tr me on the basis of satisfactory evidence to be the persortW whose names) is/ase subscribed to the within instrument and acknowledged to me that he/skuAkDy executed the same in his their authorized capacityQ@O, and that by his/liwAh& signature(Fh on the instrument the person($), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official sea] �` C. PHILIPS C PANT W:t'.:ra'c$ n cel�lr Si (Notary Public M01°ry')tdw6u ❑ a Its nag. ;a, 2012 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached docunmetio (Title or description of attached docurncm continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Tide) O Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA x 12.1007800.87)-9865 w'ww.NrtlayChasses corn INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California mist contain verbiage exactly m appears above in the rotary section or a separate acknowledgment )oro mrat be properly completed and attached to that document The only acception is if a documew is to be recorded myside of Califomia In each fwtance , any dternmrve acknowledgment verbiage at may be printed on such a document so long as the verbiage daes not require the rotary to do something that it illegal for a notary in Califorma (i.e. eertiMng the authorized capacity of the signer). Phase cheek the document co a Ally for proper notarial wording, and otfach this/arm i/required State and County information must be the Stale and County where the document signer(s) personally appeared before the notary public for acknowledgment. Date of notarization most be the date that the signer(s) personally appeared which must also be the same date the acknowledgment Is completed. The notary public most print his or her time ash appears within his or her commission followed by a wmma and then your title (notary, public). Print the namc(s) of document signers) who personally appear at the lime of notarization. Indicate the correct singular or plum] foms by crossimg oft incorrect forms (i.e. hahhe4hag, is /ase) or circling die correct Frans. Failure to correctly indicate this information may lead to rejection ordocu em recording The notary seal impression must be clew and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient arca permits• otherwise complete n different ackimwledgment form, Signature of time nota,• public must match tire signature on file with the office of the county clerk. Additional iuforotion is not requirud but could help iso ensure this aeknowledgmem is not misused or attached to a diRerent document. Indicate tide or type of attached document, number of pages and date. ludiwe die capacity claimed by the signer. If due claimed capacity is a corpwota officer, indicate the title (i.e. CEO, CPO, Secretary) Scnuchy attach this document to die signed document ACKNOWLEDGMENT State of California County of Orange ) On 05/31/2012 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp , who proved to me on the basis of satisfactory evidence to be the persor") whose name(%) isPaTe subscribed to the within instrument and acknowledged to me that her y executed the same in hisr authorized capacit ,�), and that by hir signature") on the instrument the persorl"), or the entity upon behalf of which the persorIN) 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. sEw0i�6 pEBRA SWANSON r �;J °4 COMPo9. A 9822917 WITNESS my hand and official seal. _ � � NOTA�"?(18tIGCAU ORNIA ORANGE COUNTY `" ° �Y Conn bores NOV 10, 2011 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 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. Facto 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 modificadon or alteration of any instrument referred to in said bonds at 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.WenderAssistani Secretary . No�&V..resident STATE OF NEW JERSEY ss. County of Somerset On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personalty 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 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 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. Noris, Jr., and was thereto subscribed by authority of mid By - Laws and In deponent's presence. ,Notarial Seal a KATHERINE J. ADELAAR NOTARY PUBUC 16 NEW 1fkSFl^Nr•.2316685Commltmloll ExpirssJuly 16, 2014Notarypubfic 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 wim the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of men 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:cerified 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'Companiesl do hereby certify that (i) the foregoing extract of the By. Laws of the Companies is true and cored, (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 (ii) the foregoing Power of Attorney is Vue, correct and in full force and effect. Given under my hand and seals of said Companies at Warren. NJ this 31St day of May 2012 0(0(2 �aa�p~ 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 19"' STREET TIDE VALVE REPLACEMENT CONTRACT NO. 4773 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. 4773 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @/AlO✓Gory Dollars and Cents $ Per Lump Sum 2. Lump Sum Traffic Control Ori% rihiv't", fiw rDollars and Cents $ Per Lump Sum 3. Lump Sum .Remove Existing Tide Gate and Controls @ D!yA� Fye Dollars and , I -64-- Cents Per Lump Sum PR2of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1 EA. Furnish and Install 24 -Inch Tideflex Valve @ rWr' it> P%uS4g4a Dollars and -�' Cents $ Ulf $ t w, Per Each 61 N 7 91 1 EA. Furnish and Install 4 -Inch Tideflex Valve Iwo t�hUjlwo T)y Awa -W @ Dollars and Cents $ M -D- $ Per Each 1 EA. Furnish and Install 500 GPM Pump @ KA F#J✓ Dollars and 19` Cents $S�1 $ (0OSo) Per Each 1 EA. Furnish and Install 4'x6' Aluminum Hatch Iraj r ws^ @ 061-tr ehlzloyro Dollars and E�- Cents $ 1060— $ 101500— Per Each 20 CY Unclassified Backfill bxl� (-tiJ�.ID✓� @ SI XTV Dollars and Cents $ Per Cubic Yard 800 SF Remove and Construct 4 -Inch Sidewalk and Ramps @ Dollars and Cents $ 02�,D, — Per Square Foot PR3of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 40 L.F. Remove and Construct P.C.C. Curb and Gutter @ S►1(� �L�CDollars � and Cents $ $ w Per Linear Foot 11. 1 EA. Remove and Relocate Light Standard Oyu IN USA til)n-k @ f-utiii Dollars t� and Cents $ t'� $ fel Per Each 12. 70 L.F. Rebuild Seawall Cap dw C4 F P,Ei�ij @ Dollars and -8– Cents $ I_IS " $ 6Oz— Per Linear Foot 13. Lump Sum Remove Existing Planter And Plant_Material 1 � 77tth�7 @ hy- Dollars � and Cents $ 3SC� Per Lump Sum 14. Lump Sum Block Wall Plapter :bu ��J @� 13t JS*Alp Dollars -�- and Cents $ Per Lump Sum 15. Lump Sum Block Wall WaterproofingaNb IML)"-Aqo 04,jro @ 'I�lrtT� L,,.t Dollars and Cents $ 2-IZS'7– Per Lump Sum ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Plant Material &V Vw5Atj0 6 615 1 Lk.d,w @ Dollars � and Cents Per Lump Sum 17. 40 CY Class A Topsoil IN 19 20. 21 @ Si Zr�v Dollars and Cents Per Cubic Yard Lump Sum Irrigation Installation @ IVI AJC HuAdk*o Dollars and Cents Per Lump Sum Lump Sum Remove and Reinstall Aluminum Hand Railing @ 1)-h`54czo Dollars and Cents Per Lump Sum Lump Sum Remove and Reinstall Aluminum Sign Post @ Dollars and Cents Per Lump Sum 15 L.F. 2 -Inch Diameter PVC Electrical Conduit w I+jy" @_ _V?A Dollars and Cents Per Linear Foot $12�_ $ 2,gtD $ SCO. $ 3060-- $ 77SD ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 200 L.F. 2 -Inch Diameter PVC Telecommunication Conduit @l,l/1 —_Dollars T and Cents Per Linear Foot 23. Lump Sum Intercept Existing Conduit And Pull New Conductors Sfic. i JAdX0 @ Dollars and Cents Per Lump Sum 24. 1 EA. Furnish and Install Traffic RattWedQPull Box @;i ��/�i Dollars -64— and Cents Per Each 25. 1 EA. Myers Stainless Steel Cabinet Base and Electrical 11A -IM ,k-uD @ F vT Dollars 60 and Cents Per Each 26. 30 L.F. 4 -Inch SDR 35 Outlet Pipe @ ✓��1 666 Dollars and -8 Cents Per Linear Foot 27. Lump Sum Reconstruct Vault Floor @ IWvLo Dollars and Cents Per Lump Sum $ (05y . $ YXD $ 3SW — $ 23 q0 $ /80— ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Install Stainless Steel Cage Around Pump ow THndsA43 ova Nj►jir& @ Dollars and � Cents $ Per Lump Sum 29. Lump Sum Install Riprap @ Li&LIT,,, Dollars and Cents $ 1� Per Lump Sum 30. Lump Sum Provide Temporary Valve And Pumping ?wo 9*(jS.tV,,j @ r r- -V Dollars and Cents $ Per Lump Sum 31. Lump Sum Maintenance and Plant Establishment Period (180 Days) f!V,e_ 1t1) tJ SA*0 @ CDollars � and Cents Per Lump Sum 32. Lump Sum Remove and All USA Markings and Restore Pavement Surface ONS 7T WS'M4o @ Dollars � and Cents $ Per Lump Sum 33. Lump Sum As -Built Plans @La��lt�`y Dollars and -�' Cents $ S6Q-- Per Lump Sum PR7of8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and Cents MAY -92012 Date (562) 5,9M841 FAX (562) 59040 Bidder's Telephone and Fax Numbers STATE LIC, 688659"A" Bidder's License No(s). and Classification (s) $ v02, 501 Dollars Total Price (Figures) NU INC.08A �aofar.FN'PRBS° ('Rn?�� Bidder C.P. BROWN PRESIDENT Bidder's Authorized Signature and Title 2230 LEMON AVENUE Bidder's Address LONG REACH, CA 50606 Bidder's email address: V.,l;(NY AV IYUA I-iWWi 1 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 �j �3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 19TH STREET TIDE VALVE REPLACEMENT CONTRACT NO, 4773 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTORS 2-3.1 General 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.6 Survey Monuments 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 1 1 1 2 2 2 2 2 2 2 2 2 2 3 3 3 3 �j �3 6-7 TIME OF COMPLETION 4 6-7.1 General 4 6-7.2 Working Days 4 6-7.4 Working Hours 4 6-9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7-8 PROJECT SITE MAINTENANCE 5 7-8.5 Temporary Light, Power and Water 5 7-8.5.1 Steel Plates 5 7-8.5.3 Spill Prevention and Emergency Response 5 7-8.6 Water Pollution Control 5 7-8.6.1 Best Management Practices and Monitoring Program 5 7-10 PUBLIC CONVENIENCE AND SAFETY 6 7-10.1 Traffic and Access 6 7-10.2 Storage of Equipment and Materials in Public Streets 6 7-10.3 Street Closures, Detours, Barricades 7 7-10.4 Public Safety 7 7-10.4.1 Safety Orders 7 7-10.5 "No Parking" Signs 7 7-10.7 Notice to Residents and Temp Parking Permits 8 7-15 CONTRACTOR LICENSES 8 7-16 CONTRACTOR'S RECORDWAS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 9 9-3 PAYMENT 9 9-3.1 General 9 9-3.2 Partial and Final Payment 13 PART 2 ---CONSTRUCTION MATERIALS SECTION 200 ROCK MATERIALS 13 200-1.6 STONE FOR RIPRAP 13 200-1.6.1 General 13 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 13 201-1 PORTLAND CEMENT CONCRETE 13 201-1.1.2 Concrete Specified by Class 13 201-2 REINFORECEMNT FOR CONCRETE 13 201-2.2.1 Reinforcing Steel 13 201-7 NON -MASONRY GROUT 13 201-7.2 Quick Setting Grout 13 SECTION 202 MASONRY MATERIALS 13 202-2.2.3 Masonry Planter Blocks 13 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 14 212-1 LANDSCAPE MATERIALS 14 212-1.1 Topsoil 14 212-1.4 Plants 14 212-1.4.4 Flattted Plants 14 212-2 IRRIGATION SYSTEM MATERIALS 14 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 14 300-1 CLEARING AND GRUBBING 14 300-1.3 Removal and Disposal of Materials 14 300-1.3.2 Requirements 14 300-1.5 Solid Waste Diversion 15 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 15 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 15 303-5.1 Requirements 15 303-5.1.1 General 15 SECTION 304 METAL FABRICATION AND CONSTRUCTION 15 304-5 ALUMINUM DOUBLE LEAF HATCH 15 304-6 TIDEFLEX SERIES TF -2 15 304-7 TIDEFLEX CHECKMATE CHECK VALVE 16 304-7.1 Checkmate check Valve Installation 16 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 16 308-6 MAINTENANCE AND PLANT ESTABLISHMENT 16 308-9 PLANT GUARANTEE AND REPLACEMENT 16 PART 7 SECTION 700 ELECTRIC TRASH PUMP, PUMP CONTROLS, AND SCADAINTERFACE 700-1 ELECTRIC TRASH PUMP 700-2 ELECTRIP PUMP CONTROLS SECTION 16050 ELECTRICAL GENERAL PROVISIONS SECTION 16100 LOCAL CONTROL PANEL SECTION 16950 ELECTRICAL TESTS IRRIGATION MATERIAL LIST Last saved by adminsetup04/11/2012 10:58 AM f:\users\pbwlshared\contracts\fy 11-12\c-4773 - 19th st tidegate retrofit\.specs index c4773.doc 17 17 17 18 34 39 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 19" STREET TIDE VALVE REPLACEMENT CONTRACT NO. 4773 INk1:0]911l019Is] SP 1 OF 41 All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. D -5360-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 and manufacturer's instructions. Copies of the 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 2-3 SUBCONTRACTORS 2-3.1 General. Add to this section: "If and when connecting to an Edison Electrical Pull Box or Vault, construction shall be done by an Edison Approved Contractor." 2-6 WORK TO BE DONE. Add to this section, "The work necessary for the completion of this contract consists of removing the existing tide gate, vault lid, motor, and controls; furnishing and installing Tideflex check valves, submersible trash pump, piping, and sidewalk; connecting to existing electrical facilities, adding irrigation lines and control equipment, replacing existing walls relocating existing handrails, relocating existing street light, and installing planting material." SP2OF41 2-9 SURVEYING 2-9.6 Survey Monuments. 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. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(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, 1 percent shall be added for compensation for bonding. (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 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 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 SP3OF41 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: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 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." 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned 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, SBC Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 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.' 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 commencing any work. 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 SP4OF41 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 125 consecutive working days after the date on the Notice to Proceed. Up to 100 consecutive working days shall be granted for shop drawing preparation, review and approval, pump and Tideflex procurement, and electrical submittals. After receipt of the pump and check valves the Contractor shall install and complete all construction activities under the contract within 25 working days. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time." 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 January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Mondq is a holiday. If January 1St July 4th, November 11th December 24th December 25t or December 31st falls on a Saturday, the Friday before is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 8:00 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 during any of these 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 $123.00 per hour when such time periods are approved. 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. SP5OF41 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 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 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 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." 7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards." 7-8.5.3 Spill Prevention and Emergency Response Plan. Add this section: "Contractor shall be responsible for providing and operating a trash pump during any rain event during construction to prevent street flooding." 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 adjacent 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. 7-8.6.1 Best Management Practices and Monitoring Program. 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: SP6OF41 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 shall be approved by the Engineer prior to any work. The City of Newport Beach shall 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. 7-10 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 residences, beaches, 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)." 7-10.2 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. 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." SP7OF41 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 showing typical closures and detour plans(s). 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. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. 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." 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." 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. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 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 signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. SP8OF41 The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents 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. In addition, the Contractor will be required to post on the public dock notices directing people to the nearest open public dock anytime the dock becomes inaccessible due to construction activities. 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. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a "A" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDSIAS 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 of Record or City Inspector shall be documented on the "As -Built' drawings The "As -Built" plans 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. SP9OF41 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: 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. 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 providing the traffic control required including signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flag persons. 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 Remove Existing Tide Gate and Controls: Work under this item shall include removing and disposing of the existing tide gate and controls, including filling any mounting holes with epoxy, and all other work items as required for performing the work complete and in place. Call Tom Miller or James Auger to determine if Municipal Operations would like to salvage any components. Item No. 4 Furnish and Install 24 -Inch Tideflex Checkmate Check Valve: Work under this item shall include procuring and installing a 24 -inch CheckMate check valve including shop drawings, 316 stainless steel hardware and all other work items as required to complete the work in place. Item No. 5 Furnish and Install 4 -Inch Tideflex TF -2 Check Valve: Work under this item shall include procuring and installing a 4 -inch TF -2 check valve including shop drawings, 316 stainless steel hardware and all other work items as required to complete the work in place. Item No. 6 Furnish and Install 500 GPM Pump: Work under this item shall include procuring and installing a 500 GPM submersible trash pump as manufactured by SP 10 OF 41 ESSCO or approved equal as shown on the plans, including 316 stainless steel hardware and all other work items as required to complete the work in place. Item No. 7 Furnish and Install 4' x 6' Double Leaf Aluminum Hatch: Work under this item shall include removing existing hatch and portions of the vault walls, procuring and installing hatch, including the labor, materials, tools and equipment required by manufacturer's specifications and all other work items as required to complete the work in place. Item No. 8 Unclassified Backfill: Work under this item shall include providing, placing, and compacting unclassified backfill under the new 4 -Inch sidewalk, and all other work items as required to complete the work in place. Item No. 9 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk, Ramps, and Steps: Work under this item shall include removing and disposing of the existing concrete flat work, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, ramps, and steps, and all other work items as required to complete the work in place. Item No. 10 Remove and Construct P.C.C. Curb and Gutter: Work under this item shall include removing existing improvements and constructing variable height P.C.C. curb and gutter, Type "A", and all other work items as required to complete the work in place. Item No. 11 Remove Existing and Relocate Light Standard: Work under this item shall include removing existing light standard, rewiring conduit including pulling new conductors as required, and installing new Type V light standard as shown on the plans, and all other work items as required to complete the work in place. No splicing is allowed. Item No. 12 Rebuild Seawall Cap: Work under this item shall include removing existing seawall extension, coring holes for epoxy coated rebar, forming, pouring and finishing concrete seawall cap, and all other work items as required to complete the work in place. Item No. 13 Remove Existing Planter and Plant Material: Work under this item shall include removing existing railroad tie planter and specified plant material including protecting the existing palm trees, and all other work items as required to complete the work in place. Item No. 14 Block Wall Planter: Work under this item shall include providing and installing the block wall planter per the Plans and manufacturer specifications and instructions, including reinforcing bars, caps, concrete fill, leveling pads, and all other work items as required to complete the work in place. Item No. 15 Block Wall Waterproofing: Work under this item shall include providing and installing the block wall planter waterproofing by Okon W-2 waterproofing SP 11 OF 41 or approved equal per the Plans and manufacturer specifications and instructions, and all other work items as required to complete the work in place. Item No. 16 Plant Material: Work under this item shall include providing and installing the plant material per the plans and specifications, and all other work items as required to complete the work in place. Item No. 17 Class "A" Topsoil: Work under this item shall include providing and installing the required topsoil for the planting per the plans and specifications, and all other work items as required to complete the work in place. Item No. 18 Irrigation Installation: Work under this item shall include procuring and installing irrigation lines, heads, valves, controllers, wiring, connection to existing controller and other material as shown on the plan, and all other work items as required to complete the work in place. Item No. 19 Remove and Reinstall Aluminum Hand Railing: Work under this item shall include the removal of the existing aluminum hand railing and the storage and reinstallation of the hand railing with nonmetallic, non -shrink, elastomeric grout, and all other work items as required to complete the work in place. Item No. 20 Remove and Reinstall Aluminum Sign Post: Work under this item shall include the removal of the existing aluminum sign post and the storage and reinstallation of the post with nonmetallic, non -shrink, elastomeric grout, and all other work items as required to complete the work in place. Item No. 21 2 Inch Diameter P.V.C. Electrical Conduit: Work under this item shall include the furnishing and installing a 2 -Inch diameter P.V.C. electrical conduit with 3 conductors and 12 -inch sweeps, per City standards, and all other work items as required to complete the work in place. Item No. 22 2 Inch Diameter P.V.C. Telecommunications Conduit: Work under this item shall include the furnishing and installing a 2 -Inch diameter P.V.C. telecommunications conduit, and all other work items as required to complete the work in place. Item No. 23 Intercept Existing Conduit and Pull New Conductors: Work under this item shall include the removal of the existing pavement, location of existing conduit, pulling new conductors, removing existing wiring, abandoning and plugging any unused portion of existing conduit, and all other work items as required to complete the work in place. Item No. 24 Furnish and Install Traffic Rated Pull Box: Work under this item shall include the furnishing and installation of a traffic rated electrical pull box as shown on the plans, and all other work items as required to complete the work in place. SP 12 OF 41 Item No. 25 Meyers Stainless Steel Cabinet/Base and Electrical Components: Work under this item shall include furnishing and installing Meyers Stainless Steel Cabinet/Base and Electrical Components, controlling ground and surface water, backfill, compaction, disposing of excess excavated materials, and all other work items as required to complete the work in place. Item No. 26 4 -Inch SDR 35 Outlet Pipe: Work under this item shall include installing all pipe material including, but not limited to, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, coring through existing bulkhead, shoring, bracing, temporary patching or trench plates, control of ground and surface water, bedding, backfill, compaction, installation of pipe, fittings, couplings, connections, potholing of all existing facilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work items as required to complete the work in place. Item No. 27 Reconstruct Vault Floor: Work under this item shall include removing portions of the existing vault floor, coring holes in vault floor, installing and grouting epoxy coated rebar, forming, pouring, and finishing concrete, checking floor for leaks after it's completed, as shown on the plans, and all other work items as required to complete the work in place. Item No. 28 Install Stainless Steel Cage Around Pump: Work under this item shall include fabricating a 316 stainless steel cage around the pump including attaching cage to vault floor with stainless steel clips and all other work items as required to complete the work in place. Item No. 29 Install Riprap: Work under this item shall include furnishing and installing riprap and all other work items as required to complete the work in place. Item No. 30 Provide Temporary Manual Valve and Pumping: Work under this item shall include the means, methods and installation to provide a temporary valve to allow work within the vault during tidal fluctuations. Compensation shall include submittal of methodology to the Engineer for approval prior to installation. A temporary vault pump out system shall be included in this item of work. Item No. 31 Maintenance and Plant Establishment Period (180 Days): Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, manpower, fertilizers, replacement plant materials, supervision and all other items necessary to maintain and establish the new trees. Item No. 32 Remove All USA Markings and Restore Pavement Surfaces: Work under this item shall include removing all USA markings within the work area and cleaning all pavement and sidewalk surfaces to pre -construction condition. No sandblasting is allowed. SP 13 OF 41 Item No. 33 As Built Plans 9-3.2 Partial and Final Payment. 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 200 --- ROCK MATERIALS 200-1.6 STONE FOR RIPRAP 200-1.6.1 General. Add to this section: "All provided riprap shall have a minimum dimension of 18 inches and maximum of 24 inches in any direction." 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 650-C-4000 except for sidewalk and block wall construction which shall be 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Epoxy coated Grade 60 steel conforming to ASTM A 615, A775 and D3963 with 3 -inch minimum cover unless shown otherwise on the plans." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing bulkhead and the new storm outlet pipe with a quick setting grout as approved by the City." SECTION 202 --- MASONRY MATERIALS 202-2 MASONRY BLOCK 202-2.2.3 Masonry Planter Blocks. Masonry block used for the planter shall be Orco Block Split Face "Cool Gray" or approved equal. The blocks shall be waterproofed prior to backfilling using a liquid or spray on block waterproofer like Okon W-2 or equal as approved by the Engineer. SP 14 OF 41 SECTION 212 --- LANDSCAPE AND IRRIGATION MATERIALS 212-1 LANDSCAPE MATERIALS 212-1.1 Topsoil. 212-1.1.1 General. Add to this section: "All plantings for this project will be in Class "A" topsoil as approved by the City. Class "A" topsoil will be used to a minimum depth of 3 feet for all plantings. After planting, the entire planting area shall be covered in a 2 - inch layer of mulch Aguinaga "Forest Floor" or equal. 212-1.4 Plants. 212-1.4.4 Flatted Plants. Add to this section: "All plantings for this project will be the following plant types as approved by the City: 1. Aloe Rudikoppe "Little Gem" 2. Aloe Striata "Ghost Aloe" All plants shall be furnished in 5 gallon pots. Plants are available from Waterwise Botanicals (760) 535-4616. 212-2 IRRIGATION SYSTEM MATERIALS Contractor shall use irrigation materials listed on the City Standard Irrigation Materials List. Refer to Appendix A for approved City irrigation materials. 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: www/newportbeachca.gov/generalservices and clicking on refuse, then selecting the link Franchised Haulers List." 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 SP 15 OF 42 made to a minimum of two (2) inches." Replace the words 1-1/2 inch" of the last sentence with the words "two (2) inches". 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 on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. 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." ADD THESE SECTIONS: 304 METAL FABRICATION AND CONSTRUCTION 304-5 ALUMINUM DOUBLE LEAF HATCH Furnish and install 4'x6' Double Leaf Access Door Hatch Type JD -AL (300 PSF) as manufactured by Bilco, or approved equal. Hatch shall have all Type 316 stainless steel accessories and hardware. Locking device shall be the recessed type capable of inserting pad lock within a hinged cover. 304-6 TIDEFLEX SERIES TF -2 Furnish and install Tideflex Series TF -2 check valve. All metal hardware shall be 316 stainless steel. SP 16 OF 42 304-7 TIDEFLEX CHECKMATE CHECK VALVE Furnish and install Tideflex CheckMate check valve. All metal hardware shall be 316 stainless steel. 304-7.1 Checkmate Check Valve Installation Prior to installation, pipe shall be cleaned of any debris that may interfere with the proper seating of the CheckMate valve. Any cracks, holes, or divots created when scraping away debris from the inside of the pipe shall be filled with epoxy so the inside of the pipe is smooth. The Contractor shall verify the roundness of the pipe. The Checkmate valve requires a circular pipe. Any ovaling of the existing pipe will compromise the ability of the Checkmate valve to seal against the side of the pipe. It is the Contractors responsibility to check the pipe prior to ordering any material. If the pipe is found to be out -of -round, the Contractor has the option of installing a smaller diameter SDR 35 pipe inside the existing pipe. The opening of the SDR 35 pipe shall be as close to the existing RCP opening as possible. The new pipe shall be grouted into the existing pipe to ensure a watertight fit and no movement. Once the valve is installed, the Contractor shall check the valve for leaks. If any leaks around the valve are found the Contractor shall be responsible for sealing the edges to ensure a watertight fit. SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-6 MAINTENANCE AND PLANT ESTABLISHMENT After all planting is completed, the Contractor shall schedule a meeting with the City Inspector to approve the planting and begin the 180 calendar day maintenance and plant establishment period. Any materials found to be dead, missing or in poor condition during the Maintenance and Plant Establishment Period shall be replaced immediately. The City Inspector shall be the sole judge as to the condition of the material. 308-9 PLANT GUARANTEE AND REPLACEMENT All plant material installed under the contract shall be guaranteed against any and all poor, inadequate or inferior materials and/or workmanship for a period of one (1) year from the effective date of completion of the Maintenance and Plant Establishment period. Any plant found to be dead or in poor condition due to faulty materials or workmanship, as determined by the City Inspector, shall be replaced by the Contractor at his expense. Material to be replaced with this guarantee period shall be replaced by the Contractor within seven (7) days of written notification by the City. SP 17 OF 41 PART 7 SECTION 700 ---ELECTRIC TRASH PUMP, PUMP CONTROLS, AND SCADA INTERFACE 700-1 ELECTRIC TRASH PUMP Install 500 gpm electric submersible trash pump with all Type 316 stainless steel components. Pump shall be provided meeting the following requirements: Pump Material of Construction Type of Liquid Flow and Head Discharge Size Pump Speed Horsepower Motor Type Power Supply Submersible Trash Pump Stainless Steel Storm Water/Sea Water 500 gpm @ 20.5' TDH 4 -Inch 1150 RPM 5 HP Submersible 120/240, 1 phase, 100 amp Pump shall be 4x12 style pump with stand as manufactured by ESSCO or approved equal. Pump manufacturer shall specifically designate that pump application includes constant salt water exposure and solids handling. Pump shall have a warranty supplied to the City against defects in workmanship and material for a period of one year. 700-2 ELECTRIC PUMP CONTROLS Electric pump controls shall be per the attached Electrical Specifications. SP 18 OF 41 j SECTION 16050 ELECTRICAL GENERAL PROVISIONS PART 1 -GENERAL 1.01 THE REQUIREMENTS A. Provide all tools, supplies, materials, equipment, and all labor necessary for the furnishing, construction, installation, testing, and operation of all electrical work and appurtenant work necessary to provide a complete and operable electrical system, all in accordance with the requirements of the Contract Documents. B. Make all field connections and terminations to all motors, starters, panels, control equipment and devices, instruments, and to all vendor -furnished packaged equipment as required by these Specifications. The provisions of this Section shall apply to all electrical items specified in the various Sections of Division 16 of these Specifications, except where otherwise specified or shown in the Contract Documents. C. Furnish and install all materials and incidentals required to complete the electrical work as specified herein. Typical materials which may be incidentals include but are not be limited to terminal lugs not furnished with vendor -supplied equipment, compression connectors for cables, splices, junction and terminal boxes, and all control wires required by vendor -furnished equipment to interconnect with other equipment all specifically shown on the Contract Documents. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. All work specified herein shall conform to or exceed the applicable requirements of the referenced portions of the following publications to the extent that the provisions thereof are not in conflict with other provisions of these Specifications. NEC National Electrical Code, latest edition ANSI C80.1 Zinc Coated, Rigid Steel Conduit, Specification for ANSI C80.4 Fittings for Rigid Metal Conduit and Electrical Metallic Tubing, Specifications for 1.03 SP 19 OF 41 ANSI/UL 467 Grounding and Bonding Equipment, Safety Standard for ASTM B3 Soft or Annealed Copper Wire ICEA S-61-402 Thermoplastic - Insulated Wire and Cable NEMA 250 Enclosures for Electrical Equipment (1,000 volts maximum) NEMA PB -1 Panelboards UL 6 Rigid Metal Electrical Conduit UL 44 Rubber - Insulated Wire and Cable. UL 508A Industrial Control Panels UL 514 Electrical Outlet Boxes and Fittings UL 1008 Automatic Transfer Switch B. All equipment shall be listed by and shall bear the label of Underwriters' Laboratories, Incorporated, (UL) or of an independent testing laboratory acceptable to the local Code -enforcement agency having jurisdiction. C. The construction and installation of all electrical equipment and materials shall comply with all applicable provisions of the OSHA Safety and Health Standards (29CFR1910 and 29CFR1926, as applicable), State Building Standards, and applicable local codes and regulations. PERMITS AND INSPECTION A. Obtain permits and pay inspection fees as specified in the General Conditions. B. Pay for any service charges required by the utility company for connection and turn -on. 1.04 CONTRACTOR SUBMITTALS A. Shop drawings and catalog data submittals shall be in accordance with the Special Provisions of the Standard Specifications for Public Works Construction. B. Submit complete material lists for the work of this Section. Such lists shall state manufacturer and brand name of each item or class of material. Also submit shop drawings for all grounding work not specifically shown. SP 20 OF 41 C. Submit shop drawings for materials and equipment listed in other sections. Shop drawings shall provide sufficient information to evaluate the suitability of the proposed material or equipment for the intended use, and for compliance with these Specifications. The following shall be included: 1. Front, side, rear elevations and top views with dimensional data. 2. Location of conduit entrances and access plates. 3. Component data. 4. Connection diagrams, terminal numbers, internal wiring diagrams, conductor size, and cable numbers. 5. Method of anchoring, seismic requirement; weight. 6. Types of materials and finish. 7. Nameplates. 8. Temperature limitations, as applicable. 9. Voltage requirement, as applicable. 10. Front and rear access requirements. D. Submit catalog data to supplement all shop drawings. Submit catalog cuts, bulletins, brochures, or the Like or photocopies of applicable pages thereof for mass produced, non -custom manufactured material. Stamp these catalog data sheets to indicate the project name, applicable Specification section and paragraph, model number, and options. Mark this information in spaces designated for such data in the stamp. E. Deliver to the Engineer within 30 days, after award, a complete list of all materials, equipment, apparatus, and fixtures. The list shall include type, sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. F. In addition to the Record Drawings, Contractor Submittals shall show depths and routing of all duct bank concealed below -grade electrical installations. Make this set of record drawings available to the Engineer during construction. After final inspection, transfer all record drawing information using a red pen to a set of bluelines which shall be submitted to the City. In addition, the Record Drawings shall show all variations between the work as actually constructed and as originally shown on the Drawings, based upon information supplied by the Contractor. 1.05 QUALITY ASSURANCE A. The Drawings diagrammatically indicate the desired location and arrangement of outlets, conduit runs, equipment, and other items. Exact locations shall be proposed by the Contractor and approved by the City in the field based on the physical size and arrangement of equipment, finished elevations, and other obstructions. Adhere to locations shown on the Drawings, as closely as possible. SP 21 OF 41 B. Install all conduit and equipment in such a manner as to avoid all obstructions and to preserve headroom and keep openings and passageways clear. Locate lighting fixtures, switches, convenience outlets, and similar items within finished rooms, as shown. Where the Drawings do not indicate exact locations, obtain such locations from the Engineer. Where equipment is installed without instruction and must be moved, move it without additional cost to the City. C. Install all materials and equipment in accordance with printed recommendations of the manufacturer, which have been reviewed by the Engineer. Use workmen skilled in this type of work and coordinate installation in the field with other trades so that interferences are avoided. D. Do all work, including installation, connection, calibration, testing, adjustment, and paint touch-up, using qualified, experienced personnel working under continuous, competent supervision. The completed installation shall display competent work, reflecting adherence to prevailing industrial standards and methods. E. Provide adequate means for and fully protect all finished parts of the materials and equipment against damage from any cause during the progress of the work and until acceptable by the Engineer. F. Cover all materials and equipment, both in storage and during construction, in such a manner that no finished surfaces will be damaged, marred, or splattered with water, foam, plaster, or paint. Keep all moving parts clean and dry. G. Replace or have refinished by the manufacturer all damaged materials or equipment, including faceplates of panels and switchboard sections, at no expense to the City. H. Make all tests required by the Engineer or other Agencies having jurisdictions. All such tests shall be witnessed by the City and be performed in the presence of the Engineer. Furnish all necessary testing equipment and pay all costs of tests, including all replacement parts and labor necessary due to damage resulting from damaged equipment or from test and correction of faulty installation. Do the following testing: 1. Testing for the ground resistance value specified under "Grounding," herein. 2. Insulation resistance tests as specified under "Wire and Cable," herein. 3. Operational testing of all equipment furnished and/or connected in other Sections of Division 16, Electrical, including furnishing of support labor for testing. SP 22 OF 41 Submit standard test reports for mass-produced equipment along with the shop drawing for such equipment. Submit test reports on testing specifically required for individual pieces of equipment to the Engineer for review prior to final acceptance of the project. J. Correct any test failure shall be corrected in accordance with the industry practices and in a manner satisfactory to the Engineer. 1.06 AREA DESIGNATIONS A. For purposes of delineating electrical enclosure and electrical installation requirements of this project, certain areas have been classified in the Contract Documents as defined below. Electrical installations within these areas shall conform to the referenced codes for the area involved. B. Locations: Raceway shall be PVC coated rigid galvanized steel (GRS) conduit; entrances shall be threaded; and fittings shall have gasketed covers. Provisions shall be made to drain the fitting or conduit system. Threaded fastening hardware and unistrut shall be stainless steel or PVC - coated steel. Enclosures shall be stainless steel. Raceway supports such as hanger rods, clamps, and brackets shall be stainless steel. Attachments or welded assemblies shall be galvanized after fabrication. In outdoor locations mount enclosures 1 -inch from walls to provide an air space, unless specifically shown otherwise. Below grade structures are classified as damp locations and shall have electrical installations, which conform to the requirements for outdoor locations C. Hazardous Locations: Wet well is classified as Class I, Division 2, Group D locations and all installation and equipment installed in wet well shall comply with these requirements. Conduit installations shall be in accordance with NEC Article 500. 1.07 CLEANUP A. Thoroughly clean all parts of the materials and equipment. Thoroughly clean exposed parts of cement, plaster, and other materials. Remove all oil and grease spots with a non-flammable cleaning solvent. Carefully wipe such surfaces and scrape out all cracks and corners scraped out. Apply touch-up paint to all scratches on panels and cabinets. Vacuum - clean electrical cabinets or enclosures before final acceptance. B. During the progress of the Work, clean the sites including metal filings and leave them and all portions of them free of debris. SP 23 OF 41 1.08 DEMOLITION AND RELATED WORK A. Perform all electrical demolition work as shown or specified. B. Do not reuse wire, conduit, junction boxes, fittings, supports and miscellaneous hardware removed a part of the demolition work and return it to the City for City's salvage use. C. Wires and/or conduits, which need to be extended, shall be terminated in a new terminal box with terminal strips. Properly size terminal box. In outdoor installation, the terminal box shall be NEMA 4X 304 stainless steel. Identify wires and terminals before disconnection and after reconnection. D. Remove wiring in conduits located in or under slabs. Plug the conduit level with the floor where practical. Cut in other cases, the conduit three inches below the finished floor and resurface the area. E. Patch openings in walls and platforms created by the removal of conduit or electrical equipment with materials similar to those in surrounding work areas or as required to provide proper sealed conditions as reviewed and accepted by the Engineer. F. Electrical demolition work shall be as shown on the Drawings or as required by the Specifications. G. Exercise due care in the removal of the equipment made surplus by this project so as not to impair its resale value or reuse. The City has the right to salvage any electrical equipment removed from the Project. 1.09 INSTALLATION OF NEW EQUIPMENT IN EXISTING STRUCTURES A. Installation for certain new equipment and devices is required in existing structures. Under this phase of the work, to remove existing equipment or devices, install new equipment as required by these Specifications or by the Drawings, remove existing conductors from existing raceway, and pull new conductors in existing raceway, reconnect existing conductors or furnish and install new conduit and wires as required by the Drawings. B. Visit the site before bidding and carefully examine existing installation so that the bid will reflect all the work necessary to provide a complete installation so that the resulting installation will function as required by the Drawings and Specifications. Include in the bid price all costs of labor and materials necessary to complete installations. SP 24 OF 41 PART 2 — PRODUCTS 2.01 GENERAL A. All equipment and materials shall be new, shall be listed by UL, and shall bear the UL label, where UL requirements apply. All equipment and materials shall be the products of experienced and reputable manufacturers in the industry. Similar items in the Project shall be products of the same manufacturer. All equipment and materials shall be of industrial grade and standard of construction; shall be of sturdy design and manufacture; and shall be capable of reliable, trouble-free service. 2.02 NOT USED 2.03 RACEWAYS A. Raceway shall be manufactured in accordance with UL and ANSI standards and shall bear UL label as applicable. B. Fabricate flexible metallic conduit from galvanized inter -locked steel strip. Liquid -tight flexible metallic conduit shall have extruded PVC covering over the flexible steel conduit. For conduit sizes 3/4 -inch through 1-1/4 inch, flexible conduits shall have continuous built-in copper ground conductor. Flexible conduit shall be American Brass, Anaconda, Electroflex, or approved equal. C. PVC -coated raceway system shall conform to ANSI C80.1, and to Underwriter's Laboratories specifications. 1. The zinc surfaces of the conduits and fittings shall remain intact and undisturbed on both the inside and the outside of the conduit through the preparation and application processing. 2. Bond a PVC coating to the galvanized outer surface of the conduit. The bond between the PVC coating and the conduit surface shall be greater than the tensile strength of the plastic. 3. The thickness of the PVC coating shall be a minimum of 40 mils. 4. Furnish PVC jacketed coupling with each length of conduit. A PVC sleeve equal to the OD of the conduit shall extend 1-1/2 inches from each end of coupling. 5. PVC -coated conduits shall be as manufactured by Robroy, Occidental (OCCAL), or approved equal. 2.04 WIRE AND CABLE A. All conductors, including ground conductors, shall be copper. Insulation shall bear UL label and the manufacturer's trademark, type, voltage and temperature rating, and conductor size. Wire and cable shall be products of American, Rome Cable, Okonite, Houston, Southwire, Manhattan, or approved equal. SP 25 OF 41 B. All control cables shall be rated for 600 volts and shall meet the following requirements: 1. Control wires shall consist of No. 16 gage stranded copper conductors and shall be THWN/THHN rated for 90 degrees C at dry locations and 75 degrees C at wet locations. 2. Control wires at panels and cabinets shall be Type THWN/THHN, UL approved, rated for 90 degrees C at dry locations. 3. Multi -conductor control cable shall be rated at 600 volts and shall consist of No. 16 gauge stranded copper conductors, individually insulated with a minimum of 20 mils of polyethylene, 10 mils full color coded PVC jacket over each insulated conductor, a polyester tape over assembly, and an overall PVC jacket. Multi -conductor cable shall be identified by either ICEA color -coding or ink imprinting. Multi -conductor cables may be used in conduits or cable trays as required by the Drawings. Multi -pull taped control conductor assemblies may be used in conduits as approved by the Engineer. C. Single Pair or Triplex Shielded Instrument Cable: 1. Tinned copper, stranded conductors, 300 volt, #18 AWG minimum, twisted with 100 percent aluminum -polyester shield, stranded tinned #20 AWG copper drain wire and overall chrome vinyl jacket. 2. Manufacturer: Provide shielded cable of one of the following: a. Okonite Company. b. Belden Company. c.Dekoron Wire and Cable Company. d. Alpha Cable Company. D. Building wires and cables shall be rated at 600 volts and shall meet the following requirements: 1. Building wire shall be single conductor copper cable listed by UL as Type THWN/THHN rated 75 degrees C in wet locations and 90 degrees C in dry locations. 2. Building wire shall be stranded. 3. Do not use wire smaller than No. 12 AWG unless specifically indicated. E. Cable terminations shall be in accordance with the following: 1. Compression connectors shall be Burndy "Hi Lug", Thomas & Betts "Shure Stake", or approved equal. Threaded connectors shall be split bolt type of high strength copper alloy. 2. Spring connectors (wire nuts) shall be 'Ideal Wing Nuts", or approved equal. 3. 3M scotchlocks are not allowed. 4. Pre -insulated fork tongue lugs shall be 'Thomas & Betts" RC Series, Burndy, or approved equal. SP 26 OF 41 5. General purpose insulating tape shall be Scotch No. 33, Plymouth "Slip -knot", or approved equal. High temperature tape shall be polyvinyl by Plymouth, 3M, or approved equal. 6. Resin splicing kits shall be Plymouth Plyflex, or approved equal. 2.05 PULL AND JUNCTION BOXES A. Outlet, switch, pull and junction boxes where surface mounted in exposed locations shall be PVC coated cast ferrous boxes. B. Control station, pull and junction boxes, including covers, for installation in corrosive locations shall meet the NEMA 4X requirements and shall be stainless steel or fiber glass -reinforced polyester and shall be furnished with mounting lugs. C. All cast boxes shall be fitted with PVC coated cast, malleable box covers and gaskets. Cast boxes shall be as manufactured by OCAL, ROBROY, or approved equal. 2.06 CONDUIT FITTINGS A. Fittings shall comply with the same requirements as the raceway with which they will be used. Fittings having a volume less than 100 cubic inches for use with rigid steel conduit, shall be cast or malleable non- ferrous metal. Such fittings larger than one inch shall be "mogul size." Fittings shall be of the gland ring compression type. Covers of fittings, unless in "dry" locations, shall be closed with gaskets. Surface -mounted cast fittings, housing wiring devices in outdoor and damp locations, shall have mounting lugs. B. Insulated bushings shall be molded plastic or malleable iron with insulating ring, similar to O -Z Type A and B, equivalent types by Thomas & Betts, Steel City, Appleton, O-Z/Gedney, or approved equal. C. Insulated grounding bushings shall be malleable iron with insulating ring and with ground lug, such as O -Z Type BL, equivalent types by T & B, Steel City, O-Z/Gedney, or approved equal. D. Use Erickson or approved equal couplings at all points of union between ends of rigid steel conduits which cannot be coupled. Do not use running threads and threadless couplings. Couplings shall be 3 -piece type such as Appleton Type EC, equivalent types such as manufactured by T & B, Steel City, O-Z/Gedney, or approved equal. Fittings shall be PVC coated. E. Liquid -tight fittings shall be similar to Appleton Type ST malleable iron, equivalent types such as manufactured by OCAI, ROBROY, or approved equal with PVC coating. SP 27 OF 41 F. Hubs for threaded attachment of steel conduit to sheet metal enclosures, where required shall be PVC coated or stainless steel. G. Transition fittings to mate steel to PVC conduit and PVC access fitting shall be as furnished or recommended by the manufacturer of the PVC conduit. H. Use sealing fittings in conduit runs entering corrosive and classified areas and elsewhere as shown. Sealing fittings shall be Appleton Type EYS, O- Z Type FSK, or approved equal. Do not pour permanent sealing compound in place until electrical installation has been otherwise accepted. Use ES type fitting at free-standing control panel locations where required. Install expansion fittings wherever a raceway crosses a structural expansion joint. Such fittings shall be expansion and deflection type and shall accommodate lateral and transverse movement. Fittings shall be O- Z/Gedney Type "DX," Crouse Hinds "XD," or approved equal. Use these fittings in metallic and non-metallic raceway installations. When the installation is in a non-metallic run, use a 3 -ft length of rigid conduit shall be used to connect the non-metallic conduit to the fitting. J. Use stainless steel basket grips for flexible cable support. Provide Hubble Kellums Grip or approved equal. 2.07 WIRING DEVICES A. Receptacles: 1. General purpose duplex receptacles shall be grounding type, 125 - volt, ac, 20 amperes, NEMA Configuration 5-20R, such as G.E. 4107-1 brown, Hubbell 5252, or approved equal. 2. Convenience receptacles for installation in outdoor and corrosive areas shall be NEMA 5-20R configured and shall have stainless steel or nickel plated parts and plastic parts of Melamine. Hubbell 53CM62 20 ampere, or approved equal. 3. Ground fault interrupter (GFI) receptacles shall be NEMA 5-20R configured and shall mount in a standard outlet box. Units shall trip at 5 milliamperes of ground current and shall comply with NEMA WD -1-1.10 and UL 943. GFI receptacles shall be capable of individual as well as "downstream" operation. GFI receptacles shall be Hubbell GF 5252, General Electric, or approved equal. SP 28 OF 41 B. Switches: 1. Switch shall have side wiring capability for stranded wire. Toggle switches shall be Hubbell No. 1221 brown, Bryant No. 4901 brown, or approved equal. C. Manual Motor Starters: 1. For single phase, fractional horsepower manual starters, up to 3HP, shall have NEMA 4X enclosures. 2.08 NOT USED 2.09 ELECTRICAL IDENTIFICATION A. Fabricate nameplates from white -face, black -letter laminated plastic engraving stock, Formica type ES -1, or approved equal. Fasten each securely, using fasteners of brass, cadmium plated steel, or stainless steel, screwed into inserts or tapped holes, as required. Engraved characters shall be block style of adequate size to be read easily at a distance of 6 feet with no characters smaller than 1/8 -inch high. The nameplate information shall include equipment or feeder identification system voltage, current rating, and feeder source. B. Conductor and equipment identification devices shall be either imprinted plastic -coated cloth marking devices such as manufactured by Brady, Thomas & Betts, or approved equal, or shall be heat -shrink plastic tubing, imprinted split -sleeve markers cemented in place, or approved equal. Equipment nameplate shall be engraved plastic plates. PART 3 - EXECUTION 3.01 GROUNDING A. Maintain ground continuity throughout the facility by installing an electrically continuous metallic raceway system. Install metallic raceway with double lock nuts or hubs at enclosures. Non-metallic raceway containing do conductors operating at more than 50 volts to ground, or any ac conductors, shall contain a copper grounding conductor either bare, or green if insulated. Bond such conductor to terminal and intermediate metallic enclosures. 3.02 RACEWAYS A. Install raceways as shown: however, conduit routings shown are diagrammatic. Raceway systems shall be electrically and mechanically complete before conductors are installed. Bends and offsets shall be smooth and symmetrical, and shall be made with tools designed for the SP 29 OF 41 purpose intended. Use factory elbows for all 3/4 -inch conduits. Make bends in larger sizes of metallic conduit accomplished by field bending or by the use of factory elbows. All installations shall be in accordance with the latest edition of the National Electrical Code. Utilize tools as recommended by the manufacturer for installation of PVC coated conduits. B. Install raceways in accordance with the following schedule: 1. Raceway: a. PVC -coated galvanized rigid steel raceways shall be used in all outdoor locations and below grade. Conduits indoor and above grade shall be galvanized rigid steel (GRS). b. Serving Utility Company conduits shall meet the requirements of the Utility. 2. Exposed Raceways: a. Rigidly supported conduits with clamps, hangers, and Unistrut channels. b. Intervals between supports shall be in accordance with the National Electric Code. C. Plug empty conduit terminations not in manholes or pull boxes. Install exposed raceway perpendicular or parallel to buildings. Terminate conduit with flush couplings at exposed concrete surfaces. Place conduit stubbed up for floor -standing equipment in accordance with approved shop drawings. Make metallic raceways installed below -grade or in outdoor locations and in concrete with a conductive waterproof compound applied to threaded joints. Compound shall be Zinc Clads Primer Coatings No. B69A45, HTL-4 by Crouse -Hinds, Kopr Shield by Thomas & Betts, or approved equal. D. Conduit may be cast integral with horizontal and vertical concrete slabs, providing two-inch clearance is maintained between conduit surface and concrete surface. If said clearance cannot be maintained, install the conduit exposed below elevated slabs provided, that in the case of slabs on grade, install conduit below the slab and encase it with a minimum cover of 3 inches of concrete. Maximum size of conduit that can be cast in slab shall be 1-1/2 inches. E. Use flexible conduit at dry locations for the connection of equipment such as motors, transformers, instruments, valves, or pressure switches subject to vibration or movement during normal operation or servicing. Flexible conduit may be used in lengths required for the connection of recessed lighting fixtures; otherwise the maximum length of flexible conduit shall be 18 inches. SP 30 OF 41 F. Install in other than dry locations, make connections using flexible liquid - tight conduit. Equipment subject to vibration or movement, which is normally provided with wiring leads, such as solenoid, valves, with a cast junction box for the make-up of connections. Flexible conduits shall be manufactured by American Brass, Cablec, Electroflex, or approved equal. G. Perform conduit penetrations on walls and concrete structures in accordance with the following: 1. Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the entrance into the structure of gases, liquids, or rodents. 2. Dry pack with nonshrink grout around raceways that penetrate concrete walls, floors, or ceilings aboveground, or use one of the methods specified for underground penetrations. 3. Where an underground conduit enters a structure through a concrete roof or a membrane waterproofed wall or floor, provide an acceptable, malleable iron, watertight, entrance sealing device. When there is no raceway concrete encasement specified or indicated, provide such device having a gland type sealing assembly at each end with pressure bushings which may be tightened at any time. When there is raceway concrete encasement specified or indicated, provide such a device with a gland type sealing assembly on the accessible side. Securely anchor all such devices into the masonry construction with one or more integral flanges. Secure membrane waterproofing to such devices in a permanently watertight manner. 4. Unless otherwise shown or specified, mount all conduits on surface. 5. Where an underground raceway without concrete encasement enters a structure through a non -waterproofed wall or floor, install a sleeve made of rigid steel PVC -coated conduit. Fill the space between the conduit and sleeve with a suitable plastic expandable compound, or oakum, on each side of the wall or floor in such a manner as to prevent entrance of moisture. A watertight entrance sealing device as specified may be used in lieu of the sleeve. 3.03 WIRES AND CABLES A. Hand pull conductors of No.1 AWG size and smaller. Larger conductors may be installed using power winches. Pulling tensions on the cables shall be within the limits recommended by the cable manufacturer. Wire pulling lubricant, where needed, shall be UL approved. Use of Yellow 77 is prohibited. B. Neatly group wire in panels, cabinets, and gutters using nylon tie straps, and fan out to terminals. C. Solid conductors shall terminate at equipment terminal screws with ratchet type -crimping tool and shall not protrude beyond screw head. Stranded SP 31 OF 41 conductors shall terminate directly on equipment box lugs making sure that all conductor strands are confined within lug. Use forked -tongue lugs where equipment box lugs have not been provided. D. Splices to motor leads in motor terminal boxes and any split bolt or 2 bolt compression splices shall utilize Plymouth/Bishop Plyflex, or approved equal. E. Control devices, such as solenoid operated valves that are normally supplied with conductor pigtails shall terminate as described for control conductors. F. Do not use pigtails at receptacles and switches. G. Test all control and instrumentation cables for continuity, polarity, undesirable ground, and origination. Perform such tests prior to placing all cables in service. 3.04 PULL AND JUNCTION BOXES A. Size pull and junction boxes in accordance with the requirements of the National Electrical Code. B. Use outlet boxes as junction boxes wherever possible. Where separate pull boxes are required, they shall have screw covers. Do not use outlet boxes as pull boxes. C. Install pull boxes when conduit run contains more than (3) 90 -degree bends and runs exceed 100 feet. 3.05 CUTTING AND PATCHING A. Where it becomes necessary to cut into existing work for the purpose of making electrical installations, use core drills for making circular holes. Other demolition methods for other cutting or removing shall be approved by the City prior to starting the work. B. Repair all damage caused to other facilities. 3.06 CONCRETE HOUSEKEEPING PADS Provide concrete housekeeping pads for all floor standing electrical equipment. Housekeeping pads for all equipment, including future units, shall be 3 inches above surrounding finished floor or grade and 6 inches larger in both dimensions than the supported equipment, unless otherwise shown. 3.07 ' •: SP 32 OF 41 EQUIPMENT ANCHORING A. Anchor freestanding or wall -hung equipment in place by methods that will meet seismic requirement in the area where project is located. Provide wall -mounted panels that weigh more than 500 pounds or which are within 18 inches of the floor with fabricated steel support pedestal(s). Pedestals shall be of welded steel angle sections. If the supported equipment is a panel or cabinet and enclosed with removable side plates, it shall match supported equipment in physical appearance and dimensions. B. Anchoring methods shall be either drop-in type or 1/4 inch wedge type and leveling criteria specified in the printed recommendations of the equipment manufacturers are a part of the work. Submit such recommendations as required for shop drawings. Anchors shall be stainless steel. C. Support struts shall be stainless steel with stainless steel conduit straps, nuts, and screws. Single conduit supports may be malleable single hole straps with back mounting plates. Clamps shall be PVC coated in Damp locations. CABLE AND EQUIPMENT IDENTIFICATION A. Provide the completed electrical installation with adequate identification to facilitate proper control of circuits and equipment and to reduce maintenance effort. B. Assign to each control and instrumentation wire and cable a unique identification number. Assign said numbers shall be assigned to all conductors having common terminals and show them on all shop drawings. Identification numbers shall appear within 3 inches of conductor terminals. "Control" is defined as any conductor used for alarm, RTU, or signal purposes. C. All control wiring shall be color -coded and color continuity maintained throughout the system. Control circuit color coding is as follows: Color Service Red Essco control panel interface wires (controls) Black 110VAC White Neutral Green Ground Brown 480 VAC "A" Phase Orange 480 VAC "B" Phase Yellow 480 VAC "C" Phase Black 240 VAC "A" Phase SP 33 OF 41 Red 240 VAC "B" Phase Blue 240 VAC "C" Phase Analog Orange heat -shrink tubing on inputs Red Heat -Shrink Tubing on Outputs Twisted Shielded Pair (+) = White (-) = Black D. Mark all conductors at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. Wire markers shall have a 10 year warranty. 1. All spare cables shall terminate on terminal screws; identify them with a unique number as well as with destination. 2. Identify terminal strips by imprinted, plastic, marker strips attached under the terminal strip. E. Equipment and devices as follows: 1. Provide nameplates for all panelboards, panels, starters, switches, and pushbutton stations. In addition to the nameplates shown, equipment control devices with standard collar -type legend plates. 2. Identify control devices within enclosures as shown. Identification shall be similar to the paragraph above. 3. Toggle switches which control loads out of sight of switch and all multi -switch locations of more than two switches shall have suitable inscribed finish plates. 4. Tag empty conduits at both ends to indicate the destination at the far end. Where it is not possible to tag the conduit, identify destination by marking an adjacent surface. Install %-inch polypropylene pull cords in all empty conduits. 5. Provide typewritten circuit directories for panelboards; circuit directory shall accurately reflect the outlets connected to each circuit. 6. Install identification tape directly above buried unprotected raceway; install tape 8 inches below grade and parallel with raceway to be protected. Identification tape is required for all buried raceway not under buildings or equipment pads except identification tape is not required for protection of street lighting raceway. END OF SECTION SP 34 OF 41 SECTION 16100 LOCAL CONTROL PANEL PART 1 - GENERAL PROVISIONS 1.01 RELATED SECTIONS A. Section 16050: Electrical General Provisions B. Section 16950: Electrical Tests 1.02 CONTRACTOR SUBMITTALS A. Material and Equipment Schedules: Deliver to the Engineer a complete list of all materials, equipment, apparatus, and fixtures which the Contractor proposes to use. The list shall include sizes, names of manufacturers, catalog numbers, and such other information required to identify the items. B. Shop Drawings: 1. The Contractor shall submit to the Engineer detailed dimensioned shop drawings of all designated equipment for favorable review before fabrication. Drawings submitted for review shall include front views, sections, and anchoring details. Separate drawings shall be submitted for elementary control and wiring diagrams. Wiring diagrams shall be complete for all electrical equipment furnished except lighting. Should an error be found in a shop drawing during installation of equipment, the correction, including any field changes found necessary, shall be noted on the drawings shall be checked by the Contractor before submittal for review by the Engineer and the Contractor shall certify that the submittals are in accordance with the plans and specifications. 2. Catalog cuts, bulletins, brochures or the like shall be submitted for items of materials for which shop drawings are not designated to be submitted. These data shall be submitted together with a clear indication of the specific item or items, or class of items proposed, in order to establish written record of the Contractor's intent. A list of items indicating "as specified" will not suffice. A manufacturer's name alone will not suffice. Each sheet of descriptive literature submitted shall be marked by the electrical contractor in black ink to identify the material or equipment as follow: a. Equipment and materials descriptive literature and drawings shall show the specification paragraph for which the equipment applies. SP 35 OF 41 b. Sheets or drawings showing more that the particular item under consideration shall have crossed out all but the pertinent description of the item for which review is requested. C. Equipment and materials descriptive literature not readily cross- referenced with the plans or specifications shall be identified by a suitable notation. d. Schematics and connection diagrams for all electrical equipment shall be submitted for review. A manufacturer's standard connection diagram or schematic showing more than one scheme of connection will NOT be accepted, unless it is clearly marked to show the intended connections. e. Shop drawings shall be submitted for the following items; 1) Control panels and other specially -fabricated or custom- made equipment. 2) For other items as may be specifically called for hereinafter. C. Operation, Maintenance and Repair Manuals 1. The manuals shall include all systems drawings, block diagrams, schematics, shop drawings, and other pertinent data required to completely describe the operation and maintenance of the installed electrical system. 2. These manuals shall be submitted prior to final acceptance of the system and shall reflect all as -built conditions. 3. The electrical system information in the O & M manuals shall contain: a. System operating instructions written for the benefit of the Agency's operating personnel for normal operational condition and utilizing names of controls as they appear on nameplates. b. Calibration and maintenance instructions. C. Troubleshooting instructions. d. Instructions for ordering replacement parts. e. Parts list. SP 36 OF 41 f. List of fuses, lamps, seals, and other expendable equipment and devices. g. List of all vendors, addresses and phone numbers. h. All as -built control diagrams. E. Miscellaneous Reports: The Contractor shall submit all other reports as called for in these specifications at the times specified. These miscellaneous reports include, but are not limited to, test procedures, records of electrical test results and certificates of inspection and acceptance. PART 2 -PRODUCTS 2.01 LOCAL CONTROL PANEL (LCP) A. This control panel specification is intended to set minimum requirements for a storm drain pump panel. It is not intended to be an exhaustive bill of material but only to provide the panel builder with a list of quality components required by the City of Newport Beach. he control panel builder shall provide the City (or contractor) with a complete submittal within 3 weeks of receiving a notice to proceed, which shall include a detailed wiring schematic, component layout drawing, dimensional drawing and a cut sheet on each supplied component and enclosure. All submitted material shall be bound with no loose sheets. B. The contractor shall provide one NEMA 4X freestanding, door in door, 316 SS outer enclosure control panel. The control panel shall include the following items: C. The outer enclosure shall be a UL listed freestanding NEMA 4X 316 SS with a single door. The enclosure shall be a rainproof unit with filtered louvers and splashguards. The enclosure shall be of bolted construction and include a 3 -point pad -lockable handle. D. The control panel shall include an inner door (full swing -out panel) with dead front switches and indicators shown. The inner doors shall be 316 SS. E. Refer to control diagrams for control features. SP 37 OF 41 F. The control panel shall be finished in a neat professional manner with gutters and wire ties. Gutter fill shall not exceed 75%. Marked terminal strip(s) shall be provided. A wiring diagram and a heater chart shall be enclosed in the panel. All lights, switches, and buttons shall be identified by printed metal or engraved phenolic nameplates. A red "High Voltage Inside" phenolic nameplate shall be fastened to door covering the high voltage compartment. All wiring shall be tagged on each end with GRAFOPLAST wire markers. All interior control components shall be labeled. G. Type S magnetic starters shall be furnished in all combination starter units. Starter Sizes 1 through 5 shall employ the use of a bell -crank lever design to transform vertical action of the armature into horizontal action of contact carrier and thus minimize contact bounce and produce extra long contact life. Thermal overload relays on starters shall be ambient temperature compensated bimetallic type with selector for either auto or manual reset. Overload heater units shall be provided in each starter unit. Magnetic motor starters shall be NEMA ICS 2-321.2 combination circuit -breaker type for full voltage across -the -line starting or reduced voltage starting as noted. Starters shall be equipped with three thermal overload devices, one in each ungrounded leg. Starters shall be suitable for operation on a 240 -volt, 1 -phase, 3 -wire system, unless otherwise indicated, and equipped with control transformers. Coil voltage shall be 120 vac. Motor starter contacts shall be NEMA rated (no I.E.C. ratings) with a maximum contact temperature rise of 50 degrees centigrade measured on the contact body. The current density shall be greater than 0.0023 square inches per AMP rating per contact shall be manufactured by Square "D" or Allen Bradley. H. COMPONENTS: Provide standard products that have been established between the City and Essco. Refer to control drawings for approved control products. The design details will be refined during the submittal process. The backpanel shall have a reserved space (16'x18" minimum) for future City installed PLC and radio. This space shall be clearly indicated on the submittals. SP 38 OF 41 FUTURE PLC INPUT-OUTPUT ASSIGNMENT ANALOG IN 1) 4-20 mA FROM THE LEVEL CONTROLLER DIGITAL INPUTS 1) DI PUMP FAIL 2) DI PUMP #1 RUNNING 3) DI PUMP #1 AUTO 4) DI HIGH WETWELL LEVEL 5) DI PUMP SEAL FAIL 6) DI INTRUSION The Motor Control Panel shall be furnished by Essco Pumps and Controls, no "or equal'. Contact person is John Ivins 1-323-261- 2181. PART 3 - EXECUTION 3.01 EQUIPMENT AND SYSTEM IDENTIFICATION A. All control and indicating devices for equipment shall be identified with laminated plastic nameplates. Nameplates shall identify equipment and/or function. Nameplates shall be provided for all panel boards, control panels, special outlets, pull boxes, disconnects, motors, fans and chart recorders. Three phase outlets shall be identified with circuit origin and phase identification. B. All control devices locate within control panels shall be identified with permanent tags. Embossed, stick -on, plastic tags shall not be used. Terminal strips shall be identified by imprinted markers in center or under terminal strip. C. All cables and all conductors shall be identified at each termination. All circuits and all multi -conductor cables shall be identified in each manhole and pull box. Individual conductors that make up a circuit shall be bundled and laced together with imprinted heat shrink tubing or imprinted plastic coated cloth. Circuit and multi -conductor cable identification shall be made with imprinted metal bands or tags. D. All control wiring shall be color coded and color continuity maintained throughout the system. Provide minimum of (6) different colors for field wiring. Control circuit color coding is as follows: SP 39 OF 41 Color Service Red Hot lead (usually to stop P.B.) Yellow Common return Brown Main coil (usually to start P.B.) Blue Reset coil Orange Trip coil E. All conductors shall be marked at both ends with shrink fit markers which clearly display a computer generated circuit number at each end of the conductor. END OF SECTION 16100 SECTION 16950 ELECTRICAL TESTS PART 1 — GENERAL 1.01 THE REQUIREMENT This Section specifies the Work necessary to test, commission and demonstrate that the electrical work satisfies the criteria of these Specifications and functions as required by the Contract Documents. Refer to other sections for specific equipment testing requirements. 1.02 GENERAL The Work of this Section includes furnishing the labor, equipment and power required supporting the testing specified in other Divisions of these Specifications. This scope may require the Contractor to activate circuits, shutdown circuits, and run equipment, make electrical measurements, replace blown fuses, install temporary jumpers, etc. 1.03 TESTING A. The following test requirements are intended to supplement test and acceptance criteria that may be stated elsewhere. B. Demonstrate mechanical and/or electrical interlocking by attempting to subvert the intended sequence. SP 40 OF 41 C. Cable Testing: Test 240 -volt circuits with a 500 -volt megohm meter. D. Test ground interrupter (GFI) receptacles and circuit breakers for proper operation by methods sanctioned by the receptacle Manufacturer. E. Do a functional test and check of all electrical components prior to performing subsystem testing and commissioning. Clean compartments and equipment as required by other provisions of these Specifications before commencement of functional testing. Functional testing shall comprise: 1. Visual and physical check of cables, busswork, circuit breakers, transformers, and connections associated with all new and modified equipment. F. Do subsystem testing after the proper operation of alarm and status contacts has been demonstrated or otherwise accepted by the District. G. After initial settings have been completed, operate each subsystem in the manual mode and demonstrate that operation is in compliance with the Contract Documents. Once the manual mode of operation has been proven, demonstrate automatic operation to verify such items as proper start and stop sequence of pumps, proper operation of valves, proper speed control, etc. H. Carry out tests specified herein for individual items of materials and equipment specified in other Sections. 1.04 COMMISSIONING A. Adjust programmable setting for the Motor Saver Relays as follows, taking into consideration the CT ratio. The Contractor shall program these settings prior to startup. 1. Overcurrent (OC): 120% normal running current. 2. Undercurrent (UC): 77% normal running current. 3. Current unbalance (UB): 15%. 4. Trip delay (TD): 30 seconds. 5. Restart delay on power up (RD1): varies 10 to 60 seconds. 6. Restart delay after faults (RD2 & RD3): 6 minutes. 7. Number of restarts after faults (#RF): 2. 8. Motor acceleration time (MA): 5 seconds. END OF SECTION SP 41 OF 41 TUTI ��, r1l h i� rs — FIRM, Heads r Parks Division Standard Irrigation Materials List Toro 5702 PRX=COM wlthMPR Plus Spray Nozzle (small,turf/plantedareas); Rain Bird 3500 (smalllmedium turf areas) Rain Bird 5000 (medium turf areas) Toro TR50XT (medium/large turf) Toro TR70XTP or Toro 2001 (large turf areas) Toro 570-PRX-COM with Precision Series Rotating Nozzle (slopes & groundcover areas) Rainbird RW S Series (tree wells) Controller Rain Master Evolution DX2 i1rigation controller with flow, radio & antenna Drip and specialized low-volume irrigation Rain Bird Xerigation Jardinier Surface Flow Irrigation Toro Precision Series Rotating Nozzle Battery Powered Irrigation Controller Toro DDCWP Battery Powered Controller Miscellaneous Febco 825Y RP Spears # DS -100 Dri-Splice Connectors with crimp sleeves Spears # DS -300 Dri-Splice Sealant Rain Bird #44 or #33 Quick Coupler Valve with Vinyl Cover Gnswold,DW SeriesValve"(Cpntro`I VaWe); Griswold DW Series Valve with DC latching solenoid (use with battery powered controller) Griswold 2160 Solenoid.Valve (Normally Open Master Valve) Griswold 2000 Solenoid Valve (Normally Closed Master Valve) . Matco 754 Series Full Port Ball Valve Schedule 40 PVC'Lateral Pipes Class 315 Main Supply Pipe (2" and larger) Schedule 40 PVC Main Supply Pipe (1-1/2" and smaller) Rectangle Valve Box -Plastic -18"L x 12'W x 12"D Round Valve Box -Plastic -10" Control Wire- U.F. 600 -Volt Direct Burial Copper with PVC Insulation, Rain Master EVFM Flow Sensor CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. " Date Received: 6-04-12 Dept./Contact Received From: Shari Date Completed: 6-04-12 Sent to: Shari By: Joel Company/Person required to have certificate: Excel Paving Company Type of contract: All Other 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 11-01-11/11-01-12 A. INSURANCE COMPANY: Old Republice General Ins. Corporation B. AM BEST RATING (A-: VII or greater): A: IX C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M 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 0 N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes ® 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 IL AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 11-01-11/11-01-12 A. INSURANCE COMPANY: Old Republic General Ins. Corporation B. AM BEST RATING (A-: VII or greater) A: IX 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): 0 N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: 0 N/A ® Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 11-01-11/11-01-12 A. INSURANCE COMPANY: Old Republic General Ins. Corporation B. AM BEST RATING (A-: VII or greater): A: IX 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: Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 6-04-12 Date ® 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 $ 1 ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. UP ID: JR CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDINNYY) 05/15/12 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(les) 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 The Wooditch Company Insurance 949-553-0670 Services, Inc.INC.No 1 Park Plaza, Suite 400 Irvine, CA 92616 PHONE FAIR Ext:INC.No: E-MAIL ADDRESS:PRODUCER CUSTOMER ID N: EXCELPI INSURER(S) AFFORDING COVERAGE NAICa INSURED Palp, Inc., dba: INSURERA:Old Republic General Ins. Corp 24139 Excel Paving Company INSURER B: 2230 Lemon Avenue Long Beach, CA 90806 INSURER C: INSURER D: INSURER E, AlCG50211108 INSURER F: 11101112 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. LTR TYPE OF INSURANCE POLICY NUMBER POLICWSR MMn)DVfM'Y M MIDDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 PREMISES Ea occurrence)_ S 100,000 AX COMMERCIAL GENERAL LIABILITY X X AlCG50211108 11101111 11101112 OLAIMS.MADE FRIOCCUR MED EXP (Any one person) 5 5,000 PERSONALS ADV INJURY S 1,000,00 X Contractual Llab. GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG S 2,000,000 POLICY X PECT El RO LOC S A AU X JO LIABILITY ANY AUTO X AICAS0211108 11101111 11101112 COMBINED SINGLE LIMIT S 1,000,000 (Ea accident) BODILY INJURY (Per person) S ALLOWNEDAUTOS BODILY INJURY (Per accident) 5 X SCHEDULED AUTOS HIRED AUTOS PROPERTY DAMAGE (Per accident) S S NONLWNED AUTOS 5 UMBRELLA LIAR OCCUR EACH OCCURRENCE 5 AGGREGATE Is 1-1 EXCESS DAB CLAIMS -MADE DEDUCTIBLE s 5 RETENTION S A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTNE VIN OFFICERIMEMBER EXCLUDED'? FD (Mandatory in NH) MIAX 1CW50211108 11101111 11101112 X T C�LATOS OTH- E.L.EACHACCIDEM S 1,000,000 E.L. DISEASE - EA EMPLOYEE S 1,000,000 If yes, describe under DE SCRIPTION OF OPERATIONS calm, E.L. DISEASE -POLICY LIMIT5 1,000.000 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remark; Schedule, It more space Is required) RE: Excel Job #4940; 19th Street Tide Valve Replacement; Contract No. 4773. City of Newport Beach, its elected or appointed officers, agents, officials, employees,. and volunteers are named as Additional Insureds as respects General Liability per attached endorsement. SEE NOTES' qlaipwvlauwvhvcwvIviet NEWPORT City of Newport Beach Public Works Department 3300 Newport Blvd. PO Box 1768 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 19AR-2009 ACORD CORPORATION_ All rinhts reserved ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: AlCG50211108 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 O 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 11 — Who Is An Insured is amended to include as an additional insured the persons) or organization(s) shown in the Schedule, but only with respect to liability for 'bodily 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 "products- compleled operations hazard". CG 20 37 07 04 C ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: AlCG50211108 COMMERCIAL GENERAL LIABILITY CG 2010 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 Or anizatio s : Locations Of Covered Operations WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section It — 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 insured(s) at the location(s) desig- nated above. 8. 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 "property damage" occurring after. 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, mainten- ance 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 20 10 07 04 0 180 Properties, Inc., 2004 Page 1 of 1 13 OLD REPUBLIC GENERAL INSURANCE CORPORATION 'CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): As required by written contract. Location(s) of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other Insurance Is provided by a contractor Other than the person or organization shown In the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV- Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured ; PaIp, Inc. dba Excel Paving Company AlCG50211108 --T-Endorsement No. i Policy Number Policy Period 11/01/2011-11/01/2012[° Endorsement Effective Date: 11/01/2011 Producers Name: Old Republic Construction Insurance Agency Inc. Producer Number: AUTHORIZED REPRESENTATIVE CG EN GN 0029 09 06 11101/2011 DATE POLICY NUMBER: AlCG50211108 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Where Required by Written Contract. Information required to complete this Schedule. if not shown above. will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the personor organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "yogr work" done under a contract with that person or organization and included in the "products - completed operations hazard This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0Insurance Services Office, Inc., 2008 Page 1 of 1 0 POLICY NUMBER: AlCA50211108 COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modes insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- t-ied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Palp, Inc. dba Excel Paving Company 'Endorsement Effective Date: 11/01/2011 SCHEDULE Name(s) Of Person(s) Or Organization(s): Where Required by Written Contract. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. CA 04 44 03 10 © Insurance Services Office, Inc., 2009 Page 1 of 1 0 OLD REPUBLIC GENERAL INSURANCE CORPORATION. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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 REQUIRED BY WRITTEN CONTRACT. The premium charge for this endorsement is $0.00 Named Insured Palp, Inc. dba Excel Paving Company Policy Number AICW50211108 Endorsement No. Policy Period 11101/2011-1110112012 Endorsement Effective Date: 1 110 112 0 1 1 Producer's Name: OLD REPUBLIC CONSTRUCTION INSURANCE AGENCY, INC. Producer Number. eo&-, eiiij� 11/0112011 AUTHORIZED REPRESENTATIVE DATE WC 99 03 15 (01107( CITY OF C9ClF00.��t City Council Staff Report May 22, 2012 TO: 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: Tom Sandefur, P.E., Associate Civil Engineer APPROVED: A TITLE: 19th Street Tide Gate Retrofit — Award of Contract No. 4773 ABSTRACT: Staff received favorable construction bids for the 19th Street Tide Gate Retrofit and is requesting City Council's approval to award the work to Palp Inc., (dba Excel Paving Company). RECOMMENDATIONS: 1. Approve the project drawings and specifications; 3. Award Contract No. 4773 to Excel Paving Company for the total bid price of $182,501.00 and authorize the Mayor and City Clerk to execute the contract; and 4. Establish a contingency of $27,375.00 (approximately 15 percent) to cover the cost of unforeseen work. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding in the following accounts for the award of this contract. The following funds will be expensed: Proposed uses are as follows: Account Description Account Number Amount General Fund 7012-C2502006 $ 109,876.00 Tide and Submerged Lands 7231-C2502006 $ 100,000.00 Total: $ 209,876.00 19th Street Tide Gate Retrofit — Award of Contract No. 4773 May 22, 2012 Page 2 Vendor Purpose Amount Excel Paving, Inc. Construction Contract $ 182,501.00 Excel Paving, Inc. Construction Contingency 27,375.00 Total: $ 209,876.00 DISCUSSION: The tide vault at 19th Street serves as the terminus for the storm drain line that drains 19th Street and Balboa Boulevard from 19th Street to 16th Street. The significant depth of the outlet pipe draining into the Bay requires a tide gate. Without the gate, the low lying areas of 19h Street and Balboa Boulevard would flood during high tide events. During combination high tide and rain events, the system is quickly overwhelmed and Municipal Operations field crews stage pumps at the end of 19th Street to prevent street flooding. The project proposes to remove the existing electric tide valve and install a new passive tide valve. A similar valve operates at Pearl Avenue and has been successful in reducing the need for human intervention during high tide events. In addition, the project will install a submersible pump in the tide vault. The pump will operate according to the level of water in the vault and drain the storm drain system on occasions where rain and high tides make flooding possible. The pump will eliminate the need to pull portable pumps to the site during rain and tide events. The pump control panel is being installed in a fashion that allows for future integration into the City's Supervisory Control and Data Acquisition (SCADA) system. The SCADA system permits an operator to monitor the pump from a central terminal or via handheld electronics. At 9:00 A.M. on May 9, 2012, the City Clerk opened and read the following bids for this project: BIDDER Low Palp Inc, dba Excel Paving, Inc. 2 Atlas Allied, Inc. 3 Fleming Environmental, Inc. 4 GCI Construction, Inc. 5 4 -Con Engineering, Inc. 6 AToM Engineering Construction, Inc. TOTAL BID AMOUNT $182,501.00 $194,550.00 $202,560.00 $214,858.00 $223,950.00 $291,398.00 The low total bid amount is 1.5 percent below the Engineer's Estimate of $185,350. 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 removing the existing tide gate, vault lid, motor, and controls; furnishing and installing Tideflex check valves, submersible trash pump, piping, and sidewalk; connecting to existing electrical facilities, 1) 19th Street Tide Gate Retrofit — Award of Contract No. 4773 May 22, 2012 Page 3 adding irrigation lines and control equipment, replacing existing walls relocating existing handrails, relocating existing street light, and installing planting material. Pursuant to the Contract Specifications, the Contractor will have 100 consecutive working days to complete the shop drawings and procure the materials and 25 consecutive working days to install the work. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301(d) (Restoration of deteriorated facilities to meet current safety standards) 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 agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: tMephe (- acium PublioWrks Director nt: A. Location Map 2 ATTACHMENT u LOCATION MAP 19TH STREET TIDEGATE RETROFIT CONTRACT NO. 4773 PROJECT LOCATION 09 i J aW O®� Q BALBOA BLVD ®®®(7��j®j'j�'j ®®® nlllTfRl—V r