HomeMy WebLinkAboutC-4864 - Contract for Improvement of Public Beaches for Sand Replenishment at China Cove and Balboa IslandCITY CLERK
' CONTRACT FOR THE IMPROVEMENT OF PUBLIC BEACHES
WITH TIGHT QUARTERS, INC.,
—� FOR SAND REPLENISHMENT AT CHINA COVE AND BALBOA ISLAND
THIS CONTRACT FOR IMPRO�EMENT � PUBLIC BEACHES ( "Contract') is
made and entered into as of this � day of ;.! �� 2011, by and between the
CITY OF NEWPORT BEACH, a California Municipal Corporation ( "City "), and (Tight
Quarters, Inc.), a California corporation, ( "Contractor ") whose principal place of
business is 2031 S. Anne Street, Santa Ana, CA 92704, and is made with reference to
the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is planning to excavate sand from low tide line and spread on beaches at
multiple bulkheads.
C. City desires to engage Contractor to perform the sand replenishment at nine
separate locations on Balboa Island and China Cove ( "Project').
D. City has solicited and received a proposal from Contractor and desires to retain
Contractor to render services under the terms and conditions set forth in this
Contract.
E. Contractor has examined the location of all proposed work, carefully reviewed
and evaluated the specifications set forth by the City for the Project, and is
familiar with all conditions relevant to the performance of services and has
committed to perform all work required for the price specified in this Contract
over a period of sixty business days commencing on May 20, 2011, or upon
issuance of the "Notice to Proceed."
NOW, THEREFORE, City and Contractor agree as follows:
1. TERM
The term of this Contract shall commence on the above written date and shall
terminate on July 15, 2011, unless terminated earlier as provided for herein.
2. SCOPE OF WORK
2.1 City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference. As such, Contractor shall perform all the work as
described in the Request for Proposals dated April 14, 2011 ( "RFP "), Sand Replenishment at
China Cove and Balboa Island (Project) all attached hereto as Exhibits "A" and "B" and
incorporated herein by this reference (the "Work" or "Services "). As a
material inducement to the City entering into this Contract, Contractor represents and
warrants that Contractor is a provider of first class Work and Contractor is experienced in
performing the Work contemplated herein and, in light of such status and experience,
Contractor covenants that it shall follow the highest professional standards in performing the
Work required hereunder and that all materials will be of good quality. For purposes of this
Contract, the phrase "highest professional standards" shall mean those standards of
practice recognized by one or more first -class firms performing similar work under similar
circumstances.
2.2 Contractor shall perform everything required to be performed, and shall
provide and furnish all the labor, materials, necessary tools, equipment and all utility and
transportation services necessary for the Project.
2.3 The City has applied for permits with the California Coastal Commission, the
Army Corps of Engineers and the Regional Water Quality Control Board and permits will be
secured prior to the start of work and forwarded to Contractor. The Contractor shall adhere
to the conditions of these permits.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of services under this Contract and
Contractor shall complete the Work within 60 business days from the date of issuance of
the "Notice to Proceed."
4. COMPENSATION
As full compensation for the performance and completion of the Project as required
by the Scope of Work, in accordance with the provisions of this Section and the Proposal,
attached hereto as Exhibit "B ", City shall pay to Contractor and Contractor accepts as full
payment the sum of Nineteen Thousand, Four Hundred Fifty and 00/100 Dollars
($19,450.00). Contractor shall not receive any additional compensation unless approved in
advance by the City's Project Administrator (as defined below in Section 6) in writing. The
City shall make full payment to Contractor no later than thirty (30) days after acceptance of
Work by City.
5. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of the
Project. This Project Manager shall be available to City at all reasonable times during the
term of the Contract. Contractor has designated Dan Powers, Superintendent, to be its
Project Manager. Contractor shall not remove or reassign the Project Manager without the
prior written consent of City. City's approval shall not be unreasonably withheld.
6. ADMINISTRATION
This Contract shall be administered by the Public Works Department. Shannon
Levin, Harbor Resources Supervisor, or her designee shall be the Project Administrator
and shall have the authority to act for City under this Contract. The Project Administrator or
her authorized representative shall represent City in all matters pertaining to the Services to
be rendered pursuant to this Contract.
Tight Quarters, Inc.
Page 2 of 21
7. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE
7.1 Contractor shall use only the standard materials and equipment as
described in Exhibits "A" and "B" in performing Services under this Contract. Any
deviation from the materials or equipment described in Exhibit "A" and "B" shall not be
utilized unless approved in advance by the Project Administrator.
7.3 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Contract, and that it will perform all Services in a manner
commensurate with Highest Professional Standards. All Services shall be performed by
qualified and experienced personnel who are not employed by City, nor have any
contractual relationship with City.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
8.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials or other things
used or employed in performing the Project or for injury to or death of any person as a
result of Contractor's performance of the Services required hereunder; or for damage to
property from any cause arising from the performance of the Project by Contractor, or
its subcontractors, or its workers, or anyone employed by either of them.
8.2 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.
8.3 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).
8.4 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
it Quarters, Inc.
Page 3 of 21
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.
8.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and private
property. Contractor shall be liable for any private or public property damaged during
the performance of the Project Work.
8.6 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.
8.7 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
9. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of the City. The manner and means
of conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
10. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with the City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
ht Quarters, Inc.
Page 4 of 21
12. INSURANCE
12.1 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.
12.2 Coverage and Limit Requirements.
12.2.1 Workers' Compensation. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and employer's liability insurance
with limits of at least one million dollars ($1,000,000) each type for Contractor's
Employees in accordance with the laws of the State of California, Section 3700 of the
Labor Code. In addition, Contractor shall require each subcontractor to similarly
maintain Workers' Compensation Insurance and Employer's Liability Insurance in
accordance with the laws of the State of California, Section 3700 for all of the
subcontractor's employees. The insurer issuing the Workers' Compensation insurance
shall amend its policy by endorsement to waive all rights of subrogation against City, its
elected or appointed officers, agents, officials, employees and volunteers. Contractor
shall submit to City, along with the required certificate of insurance, a copy of such
waiver of subrogation endorsement.
12.2.2 General Liabilitv. 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.
12.2.3 Automobile Liabilitv. 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.
12.2.4 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.
it Quarters, Inc.
Page 5 of 21
12.3 Other Insurance Provisions.
12.11 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.
12.3.2 General liability insurance provisions. Primary and excess or
umbrella liability policies are to contain, or be endorsed to contain, the following
provisions:
12.3.2.1 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.
12.3.2.2 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.
12.3.2.2 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.
12.3.3 Acceptable Insurers. All insurance policies shall be issued
by an insurance company currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide, unless otherwise approved by the
City's Risk Manager.
Tight Quarters, Inc.
Page 6 of 21
12.3.4 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
thirty (30) days written notice to City of cancellation or nonrenewal, except for
nonpayment for which ten (10) days notice is required.
12.3.5 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.
12.3.6 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.
12.3.7 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.
12.3.8 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.
12.3.9 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.
123.10 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.
Quarte
Qe 7 of
21
Inc.
12.3.11 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.
12.3,12 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 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 (5) days
of the expiration of the coverages.
13. BONDING
13.1 Contractor shall obtain, provide and maintain at its own expense during
the term of this Contract: a Labor and Materials Payment Bond in the amount of one
hundred percent (100 %) of the total amount to be paid Contractor as set forth in this
Contract and in the form attached hereto as Exhibit "C" which is incorporated herein by
this reference, and a Faithful Performance Bond in the amount of one hundred percent
(100 %) of the total amount to be paid Contractor as set forth in this Contract in the form
attached hereto as Exhibit "D" which is incorporated herein by this reference.
13.2 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, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category
Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide:
Property- Casualty.
13.3 The Contractor shall deliver, concurrently with execution of this Contract, the
Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy of
the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in
the State of California.
14. PREVAILING WAGES
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays and
overtime Work for each craft or type of workman needed to execute the Work
contemplated under the Contract shall be paid to all workmen employed on the Work to
be done according to the Contract by the Contractor and any subcontractor. In
Inc.
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. The Contractor is required to obtain
the wage determinations from the Department of Industrial Relations and post at the job
site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or
any subcontractor under him /her to comply with all State of California labor laws, rules
and regulations and the parties agree that the City shall not be liable for any violation
thereof.
15. SUBCONTRACTING
City and Contractor agree that subcontractors may be used to complete the Work
outlined in the Scope of Services provided the Contractor obtains City approval prior to
the subcontractor performing any Work. Contractor shall be fully responsible to City for
all acts and omissions of the subcontractors. Nothing in this Contract shall create any
contractual relationship between City and subcontractor nor shall it create any obligation
on the part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law.
16. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Contract. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his /her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
17. CONFLICTS OF INTEREST
17.1 The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
17.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Contract by City. Contractor shall indemnify and hold harmless City
for any and all claims for damages resulting from Contractor's violation of this Section.
it Quarters, Inc.
Page 9 of 21
18. NOTICES
18.1 All notices, demands, requests or approvals to be given under the terms of
this Contract shall be given in writing, to City by Contractor and conclusively shall be
deemed served when delivered personally, or on the third business day after the
deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from Contractor to
City shall be addressed to City at:
Attn: Shannon Levin, Project Administrator
Public Works Department
City of Newport Beach
PO Box 1768
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
Phone: (949) 644 -3041
Fax: (949) 723 -0589
E -mail: sllevin @newportbeachca.gov
18.2 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Dan Powers
Tight Quarters, Inc.
2031 S. Anne Street
Santa Ana, CA 92704
Phone: 714 - 557 -7901
Fax: 714 - 241 -3820
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the
provisions of this Contract at the time and in the manner required, that party shall be
deemed in default in the performance of this Contract. If such default is not cured within
a period of two (2) calendar days, or if more than two (2) calendar days are reasonably
required to cure the default and the defaulting party fails to give adequate assurance of
due performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non - defaulting party may terminate the Contract forthwith by giving to the defaulting
party written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs
incurred up to the effective date of termination for which Contractor has not been
ht Quarters, Inc.
Page 10 of 21
previously paid. On the effective date of termination, Contractor shall deliver to City all
materials purchased in performance of this Contract.
20. RECORDS
Contractor shall keep records and invoices in connection with the Work to be
performed under this Contract. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Contractor under this Contract. All such records and invoices shall be clearly
identifiable. Contractor shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Contractor shall allow inspection of all Work, documents, proceedings and activities
related to the Contract for a period of three (3) years from the date of final payment to
Contractor under this Contract.
21. STANDARD PROVISIONS
21.1 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted.
21.2 Waiver. A waiver by City of any term, covenant, or condition in the
Contract shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
21.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and Contracts of whatsoever kind or nature are merged herein.
No verbal Contract or implied covenant shall be held to vary the provisions herein.
21.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and the Exhibits attached hereto, the terms of
this Contract shall govern.
21.5 Amendments. This Contract may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
21.6 Effect of Contractor's Execution. Execution of this Contract by Contractor
is a representation that Contractor has visited the Project Site, has become familiar with
the local conditions under which the Work is to be performed, and has taken into
consideration these factors in submitting its Project Proposal and Scope of Work.
ht Quarters, Inc.
Page 11 of 21
21.7 Controlling Law and Venue. The laws of the State of California shall
govern this Contract and all matters relating to it and any action brought relating to this
Contract shall be adjudicated in a court of competent jurisdiction in the County of
Orange.
21.8 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 (Govt. Code §§ 900 et
seq. ).
21.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex or age.
21.10 Interpretation. The terms of this Contract shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
21.11 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
ht Quarters, Inc.
Page 12 of 21
IN WITNESS WHEREOF, the parties have caused this Contract to be executed
on the dates written below.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY
Date: Z4 �tl
By: A (V (I
Leonia M chill VGA
Assistant City Attorney 1--i'„
ATTEST:
l-) - !I
By: 4uia- —
Leilani I. Brown
City Clerk
y,.��:
CITY OF NEWPORT BEACH,
A California muflicipal corporation
adum
Director
TIGHT QUARTERS, INC., a California
Corporation
Date: 617-i'lit
By:
o r 'd Cottam
President
Date:
By:
Te wisher
Co Mier
Attachments: Exhibit A - Scope of Work
Exhibit B - Proposal
Exhibit C - Labor and Materials Payment Bond
Exhibit D - Faithful Performance Bond
f.- luserslpbwlsharedlcontractslinformal contracW20111balboa sand replenishment - tight quarterskinformal
contract - tight quarters.dotx
Tight Quarters, Inc.
Page 13 of 21
EXHIBIT A
SCOPE OF WORK
EXHIBIT A
CITY MANAGER'S OFFICE
Harbor Resources Division
April 14, 2011
To: Grading Contractor
RE: Request for Proposal (RFP)
2011 China Cove & Balboa Island Sand Replenishment Project
Project Summary
The City of Newport Beach is requesting competitive bids for a dredging project on
Balboa Island. Sand will be pushed from the low tide line to the bulkhead to create a
higher level of sand that will better serve the public's use during the summer months.
Protect Details
The scope of the project is to push sand from the water's edge up to the
bulkhead in order to increase the height of the usable beach and to help protect
the seawall. There are 9 separate locations. See attached drawings. (Aerial
photos of the City are available on the City's website:
http://www.newportbeachca.gov
Site Locations are
a.
China Cove Beach
996cy
b.
East Bay Front at Park Avenue
85cy
c.
Grand Canal at South Bay Front
11 9c
d.
South Bay Front at Abalone Avenue
433cy
e.
South Bay Front at Jade Avenue
479cy
f.
South Bay Front at Coral Avenue
289cy
g.
South Bay Front at Ruby Avenue
678cy
h.
South Bay Front at Turquoise Avenue
215cy
i.
North Bay Front at Onyx Avenue
285cy
Nine sites are included in the bid package (Attached). Depending on the
available funds the replenishment may be narrowed down after the bid award.
Those revised sites may be determined at a later date.
3. Beach access will most likely be via the nearest street ends. Depending on the
type of tractor used and the height of the seawall (it varies along the island), it
is usually possible to use wood blocks (provided by the contractor) to create a
ramp to roll over the seawall. It will be the contractor's responsibility to
maneuver the equipment over the seawall. Utmost care must be taken so the
seawall is not damaged.
4. City is unable to provide sand deliveries for ramps. Sand is available, map
attached, and must be loaded into dump truck by contractor. Contractor will
supply loader and dump truck. Contractor should arrange for truck equipment
to deliver sand to selected sites prior to commencement of each site.
Contractor will coordinate with City staff to access sand stockpile yard.
829 Harbor Island Drive, Newport Beach, CA 92660
PH: (949) 644 -3034 FX: (949) 723 -0589 • www.newportbeachca.gov
For this project, experience has proved that a rubber track mounted skid steer
loader is the most efficient tractor to use. In addition, a mini excavator may be
necessary in the tighter areas between private piers. A mini excavator may
also help build ramps on the beach to assist the tractors over the seawall at
locations where the dump trucks have not dumped sand.
City staff will remove benches at street ends.
The project must be coordinated to take advantage of the lowest tides that
occur during the daylight. Work hours are from 7:00 AM — 6:00 PM Monday
thru Friday and 8:00 AM — 5:00 PM Saturday. No work on Sundays. There may
be an allowance with the hours of operation depending on the tide schedule.
Tide books are enclosed with this packet. Tentatively the project is scheduled
for the week of May 17'h. There are other potential dates available depending
on the timeliness of agency permitting.
All of the areas are constrained by private piers. It may be possible to create a
pathway under the piers for travel along the beach. However, special care
must be taken neither to prevent any damage to these piers nor to undermine
the supporting pile. Contractor is responsible for any damage to the
surrounding private piers, pile and public seawall. If travel under the piers is
not possible, access will be along the row of houses, via the boardwalk and
over the bulkhead. However, access along the boardwalk is very narrow
(approximately 8') making it difficult to maneuver over the seawall.
9. All of the areas are constrained by on -shore moorings. The on -shore mooring
lines must be removed and the boats attached to the moorings must be pushed
to the side. Lines must be returned to their original state the same day. The
contractor and the City will work together with this task.
10. Contractor must stay at least 15' from any eelgrass, per the requirements of the
California Coastal Commission and the Army Corps of Engineers. Absolute
care must be given so that no eelgrass is disturbed. The City will assist the
contractor in identifying eelgrass.
11. The boardwalk around Balboa Island is heavily used by the public and must
always be safe. This area must be free from debris, material and sand to the
best of your ability. Also, boardwalk foot traffic needs to be controlled when the
equipment is affecting the area, i.e. maneuvering over the seawall.
Contractors personnel will assist City staff with mooring lines and day to day
tasks such as sweeping and site observation. Contractor must provide
adequate personnel to assist with these tasks.
12. This is a high profile project with several hundred people walking and living
near the site. Contractor must carry themselves in a professional manner. You
will be asked questions by the public and you will respond in a polite and
courteous manner. However, City representatives will be on site most of the
day to field these questions.
13. The City has applied for permits with the California Coastal Commission, the
Army Corps of Engineers and the Regional Water Quality Control Board.
Permits will be secured prior to the start date. The contractor shall adhere to
the conditions of these permits which will be forwarded to you upon the City's
receipt in the next month or so.
14. Project timeline must be coordinated with Harbor Resources in advance
15. Equipment must be late model and in excellent working condition. It is
imperative that no leaks shall occur on the jobsite. Contractor must
immediately respond in the event a leak occurs, i.e. preventing leaks from
pooling in the sand, repairing immediately etc...
16. Equipment must not be stored on the beach overnight. The City will restrict
public street parking to accommodate Contractor's equipment and vehicles.
Equipment may arrive one day prior to the start of the project and must be
removed one day after the project is complete. Equipment delivery must also
occur according to #'s 5 and 7 above.
17. It is estimated this project should take approximately one week.
18. Contractor must carry appropriate insurance as required by the City's contract.
Sample contract attached (Attached).
19. Contractor must possess a valid California Contractor License.
20. A complete RFP was sent via regular mail.
21. Project Manager for the City of Newport Beach is Shannon Levin, Harbor
Resources Supervisor, (949)644 -3041, shannon @newportbeachca.gov or her
designee.
22. All proposals shall be submitted (mail, email, fax or hand delivered) by Friday
April 29, 12:00 PM lo:
City of Newport Beach, Harbor Resources
Attn: Shannon Levin
829 Harbor Island Dr.
Newport Beach, CA 92660
Fax (949) 723 -0589
shannon @newportbeachca.gov
Late submittals will automatically be rejected. Contractor shall sign the City's
standard contract which includes a Faithful Performance Bond and a Labor and
Materials Payment Bond. It is the City's experience that these bonds take some
is a sample contract for your review.
Bids will be evaluated upon a number of factors including: price, ability to
complete the project within the specified time period, ability to complete the job
in a timely manner, and experience in similar sand replenishment projects in
space constrained areas. Please list past experience.
A preliminary award will be given on Monday May 2, 2010
Please feel free to contact me for comments or clarification.
Shannon Levin
shannon @newportbeachca.gov
949- 644 -3041
Wn
7
Lf
a
n dJ
II
O
.
,+ i W
W
i
7
3: 1
I
E
I
n
ry
EXHIBIT B
PROPOSAL
04,29/2011 11:15 7142413820 TIGHT OLIARTERS INC PAGE 02'02
27 EXHIBIT B
fftarcc_ 2031 S. Anne Street, Santa Ana, Ca 92704
(714) 557 -7901 (Fax) 714241 -3820
PROPOSAL
Submitted To
Newport Beach Harbor
Resources
829 Harbor island Dr.
Newport Beach, Ca. 92660
Project Information
Beach Rep(enisiiment
Various locations on Balboa
Island and China Cove
Date: April 29, 2011
Contact Information
Phone: (949)644 -3041
Fax: (949) 7230589
Cell:
Email: SLLevinLnewportbeachca,gov
We hereby submit specifications and estimates for:
Excavate sand from low tide line and spread on beach at bulkhead
Work to be done at multiple locations on
China Cove Beach
East Bay Front at Park Avenue
South Bay Front at Abalone Avenue
South Bay Front at Jade Avenue
South Bay Front at Coral Avenue
South Bay Front at Ruby Avenue
South Bay Front at Turquoise ,Avenue
/North Bay Front at Onyx Avenue
Balboa Island and
996 cubic yards
85 cubic yards
433 cubic yards
479 cubic yards
259 cubic yards
678 cubic yards
215 cubic yards
285 cubic yards
China Cove as listed below
$5,600.00
$ 450.00
$2,450.00
$2,700.00
$1, 650.00
$3,800.00
$1;.200.00
$1,600.00
Yardage amounts are approximates
Tight Quarters will provide laborers for clean up and public safety
Tight Quarters will provide ramps on and o$ of beaches
City will assist Tight Quarters with mooring disconnections and hook ups
City will remove and replace all benches at cud of streets
City will provide parking permits and street closures where necessary
City wffi provide all permits
Please see and sign Exhibit "A"
Exclusions
Permits. Asbestos Testing /Abatement
Excludes dredging
VARIATIONS TO THE ABOVE CREATING ADDITIONAL COSTS WILL BE CHARGED ACCORDINGLY
WE PROPOSE hereby to furnish material and labor - complete in accordance with above specifications, for the
sum of.
Nineteen Thousand Four Hundred Fifty Dollars" $ 19,450,00
PAYMENT DUE 100% ON COMPLETION PRICE GOOD FOR 30 .DAYS
Or PROGRESS PAYMENT DUE UPON RECEIPT
Authorization to Proceed
X Date Permit 9
Proposal and Exhibit "A" must be signed and returned prior to project start
Estimator: Dan Powers
EXHIBIT C
CITY OF NEWPORT BEACH
BOND NO. 71117205
LABOR AND MATERIALS PAYMENT BOND
WHEREAS. the City of Newport Beach, State of California. has awarded to Tight
Quarters, Inc., hereinafter designated as the Principal," a contract for the Sand
Replenishment at China Cove and Balboa Island in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or Is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other
supplies used in, upon, for, or about the performance of the work agreed to be done, or
for any work or labor done thereon of any kind, the Surety on this bond will pay the
same to the extent hereinafter set forth.
NOW, THEREFORE. We the undersigned Principal, and,
WESTERN SURETY COMPANY duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of
Nineteen Thousand, Four Hundred Fifty and 001100 Dollars ($19,450,00) lawful
money of the United States of America, said sum being equal to 100% of the estimated
amount payable by the City of Newport Beach under the terms of the Contract; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as
required by the provisions of Section 3250 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
EXHIBIT C
required by and in accordance with the provisions of Sections 3247 et. seq- of the Civil
Code of the State of California,
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the work to
be performed thereunder shall In any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to
the terms of the Contract or to the work or to the specifications,
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 1st day of June —12011.
I Cam' /�Zs.
Tight Quarters, Inc. (Principal) rued SignaturefTitle
WESTERN SURETY COMPANY
Name of Surety
333 S. Wabash Ave., 41st Floor
Chicago, IL 60604
Address of Surety
605 - 336 -0850
Telephone
. 3)u k1j) _
Authorized Agent Signature
L. Davis, Ass't. Sec.
Print Name and Title .
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
ACKNOWLEDGMENT
State of California
County of QP—a�( — )SS.
On
Publi
proved to me on the basis of satisfactory evidenc e
subscribed to the within instrument and acknowle
same in I her /their authorized capacity0o, an d
Instrumen the person( W, or. the entity upon behalf
Instrument.
,who
:ary
to be the perso whose name is are
dged to me tha /she/they executed the
that by isl er /t eir signatures(.aron the
of which the person acted, executed the
certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph Is true and correct.
KELSEY A. PRITCHARD
c� COMM. S 1884022 E
NOTARY PUBLIC CALIFORNIA s
ORANGE COUNTY
J My Comm eKpij j 2B, 2014
State of California
County of
ACKNOWLEDGMENT
ss.
On before me,
Public, personally appeared
(seal)
Notary
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are
subscribed to the within instrument and acknowledged to me that he /she /they executed the
same In his /her /their authorized capacity(les), 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.
Signature
(seal)
n a � inlell
-,��l , -,I i '•%
POWER OF ATTORNEY - CERTIFIED COPY
Bond No. 71117205
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company "), does by these presents
make, constitute and appoint T.. Davis
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge . and deliver for and on
its behalf as Surety, bonds for:
Principal: Tight Quarters, Inc.
Obligee: City of Newport Beach
Amount: $5.00,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
attorney(s) -in -fact may do within the above stated limitations. Said appointment is made under and by authority of the following
bylaw of Western Surety Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of October 15
2011 , but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T.
Bruflat, and,it*�cprporate seal to be affixed this 1st day of June 2011
WES SURE Y COMPANY
Paul T. Bruflat enior Vice President
STATEeQS S�O,fUTId-M11KOTA
COUNTY'.. ... jl\rEHAI-IA
On this 1st day of June , in the year 2011 , before me, a notary public, personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of s id corporation.
X44444444444444444 ZZZ4444/
`+ D. KRELL 'r �
i+ EA NOTARY PUBLIC S ]Votary ublic - South Dakota
SEAL SOUTH DAKOTA r r y
X44444444444444444444444
My Commission Expires November 30, 2012
I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 1st day of
June 2011 .
WES R SURE Y COMPANY
Paul T. Bruflat enior Vice President
Forth F5306.9 -2006
CITY OF NEWPORT BEACH
BOND NO. 71117205
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 584.0 o
being at the rate of $ 30.00
price.
thousand of the Contract
WHEREAS, the City of Newport Beach. State of California, has awarded to Tight
Quarters, Inc., hereinafter designated as the 'Principal," a contract for the Sand
Replenishment at China Cove and Balboa Island in the City of Newport Beach, in
strict conformity with the Contract on file with the office of the City Clerk of the City of
Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Contract.
NOW, THEREFORE, we, the Principal, and WESTERN SURETY COMPANY
duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of
Newport Beach, in the sum of Nineteen Thousand, Four Hundred Fifty and 001100
Dollars ($19,450.00) lawful money of the United States of America, said sum being
equal to 100% of the estimated amount of the Contract, to be paid to the City of
Newport Beach, its successors, and assigns; for which payment well and truly to be
made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on Its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to
indemnify, defend, and save harmless the City of Newport Beach, its officers,
employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this
obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, Including reasonable attorneys fees, incurred by the City, only in the
event the City is required to bring an action in law or equity against Surety to enforce
the obligations of this Bond.
EXHIBIT D
Surety, for value received, stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the
Principal in full force and effect for one (1) year following the date of formal acceptance
of the Project by the City.
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 1St day of June 2011.
Te�2 j-' (kt -A-Nr�
Tight (quarters, Inc. (Principal)
WESTERN SURETY COMPANY
Name of Surety
333 S. Wabash Ave., 41st.Floor
Chicago, IL 60604
Address of Surety
605- 336 -0850
Telephone
SignaturelTitle
�Il.l r AA
Authorized Agent Signature
L. Davis, Asst. Sec.
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
ACKNOWLEDGMENT OF SURETY
STATE OF SOUTH DAKOTA I (Corporate Officer)
County of Minnehaha SS
On this 1St day of June 2011 , before me, a Notary Public in
L: Davis, Asst. See.
and for said County, personally appeared
personally known to me, who being by me duly sworn, did say that he is the aforesaid officer of WESTERN SURETY
COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, that the seal affixed to the
foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed on
behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the
execution thereof to be the voluntary act and deed of said corporation.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal the day and year last above
written.
My commission expires ,,.,1 ;_, S i _ �
Q J. E r +41_4_ .3r 5
:yife3 0 20 -2090
Notary Public
Form 103 -12 -08
STATE OF SOUTH DAKOTA
County of Minnehaha ss
On this
1st
ACKNOWLEDGMENT OF SURETY
(Corporate Officer)
day of June
2011 , before me, a Notary Public in
and for said County, personally appeared L. Davis, ASs't. Sec.
personally known to me, who being by me duly sworn, did say that he is the aforesaid officer of WESTERN SURETY
COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, that the seal affixed to the
foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed on
behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the
execution thereof to be the voluntary act and deed of said corporation.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my official seal the day and year last above
written.
My commission expires LUTRIO q
e:,Y 5,38 -2090
Form 10342 -08 Notary Public
ACKNOWLEDGMENT
State of California
County of
d2p1\
Notary Abliid, personally appeared
ss.
gherlth who proved to me on the basis of satisfactory evidence to be the personal whose
e(s� is /are subscribed to the within instrument and acknowledged to me that
he/th y executed the same in� /her /their authorized capacity(i , , and that by
eir signatures(S) on the instrument the person(; or the entity upon behalf of
h the person(e� acted, executed the instrument.
I certify under PENALTY OF PERJURY
foregoing paragraph Is true and correct.
WITNES; my hand qnc, fficial seal.
under the laws of the State of California that the
KELSEY A. PRr rCHARD `
COMM. # 1884022 f
NOTARY PUBLIC CALIFORNIA 30
ORANGE COUNTY ^'
My caret. mires Mar. 26,201
ACKNOWLEDGMENT
State of California
County of )SS'
On before
Notary Public, personally appeared
me,
(seal)
,who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) islare subscribed to the within instrument and acknowledged to me that
he /she /they executed the same in his/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.
Signature
(seal)
1 1110 1!
�t
v
POWER OF ATTORNEY - CERTIFIED COPY
Bond No. 71117205
Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the
laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company "), does by these presents
make, constitute and appoint T Davis
its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on
its behalf as Surety, bonds for:
Principal: Tight Quarters, Inc
Obligee: City of Newport Beach
Amount: $500,000.00
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed
with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
attorney(s) -in -fact may do within the above stated limitations. Said appointment is made under and by authority of the following
bylaw of Western Surety Company which remains in full force and effect.
"Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such
other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of
the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other
obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile."
All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of October 15
2011 , but until such time shall be irrevocable and in full force and effect.
In Witness Whereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T.
Bruflat, andtik;rcprporate seal to be affixed this 1st day of June 2011 .
. RETy
aep;• ............. C ®sue WES R SURE Y COMPANY
' g= Paul T. Bruflat enior Vice President
n
STeLw$tQ SO. TSI•DDOTA l
ss
CoUNTYcO,F,;D�Nt�EH.9I-IA ))
On this 1st day, June , in the year 9011 before me, a notary public, personally appeared
Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of
WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of s id corporation.
}4444SSS 4.44444SS
D. KR 44�
D. KRELL + III
r HOrARY PUBLIC
SOUTH DAKOTA SEAL + ' Notary ota Public -South Dakota
i SEAL
X4.4..4.44..
.............
My Commission Expires November 30, 2012
1 the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the
attached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company
as set forth in the Power of Attorney is now in force.
In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 1st day of
June 2011
WES RN SURE Y COMPANY
Paul T. Bruflat enior Vice President
Form F5306 -9 -2006