Loading...
HomeMy WebLinkAboutC-3803 - Buck Gully Sewer Force Main Relocation0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani 1. Brown, MMC April 22, 2009 Mike Prlich and Sons, Inc. 9316 Klingerman Avenue South El Monte, CA 91733 Subject: Buck Gully Sewer Force Main Relocation (C -3803) To Whom It May Concern: On April 22, 2008, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 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 Labor & Materials Bond was released on June 3, 2008. The Surety for the contract is Hartford Fire Insurance Company, and the bond number is 72BCSDV0241. Enclosed is the Faithful Performance Bond. Sincerely, Leilani I. Brown, MMC City Clerk enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us This bond was issued in four (4) identical counterparts. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 BOND NO. 72BCSDY0241 FAITHFUL PERFORMANCE BOND THE FINAL PREMIUM IS PREMCATED ON THE FMAL CONTRACT PRICE The premium charges on this Bond is $ 3,076.00 being at the rate of $ 11.20 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to MIKE PRLICH AND SONS, INC.; hereinafter designated as the "Principal ", a contract for construction of BUCK GULLY SEWER FORCE MAIN RELOCATION, Contract No. 3303 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. 3803 and the terns thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Hartford Fire 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 Two Hundred Seventy-Four Thousand, Six Hundred Thirty-Three Dollars and 001100 ($274,633.00), 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. 28 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 30th day of A July , 2607. C�- X�4� MIKE PRLICH & SONS, Inc. Authorzed Signa re and Title Peter A. Serdarusich, (Principal) Secretary /Treasurer Hartford Fire Insurance Company Name of Surety Au t zed Agen ' a ure One Pointe Dr., Suite 325 Brea, CA 92822 Daniel Huckabay, Attorney -in -Fact Address of Surety Print Name and Title 714- 674 -1200 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F."ers1P MharedlContaclslFY 07-09MUCK GULLY SEWER FORCE MAIN RELOCATION C- 38031CONTRACT C- 3803_Budc Gulry FM_082507 .doe 29 6 M CALIFORNIA ALL - PURPOSE State of California County of orange On 7/30/07 before me, Arturo Ayala, Notary Public Date Name. Title of Officer E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) XI personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument ARTURO AYALA COMM, #1636549 y NOTA(iY PUBLIC- GAUFWtNIay ORANGE COUNTY f. NY COMM, EXP. JAN. 10, 2010 and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hang and official seal SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Performance Bond TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES 7/30/07 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On 7/30/07 before me, Daniel Huckabay, Notary Public Date Name, Title of Officer - E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Peter A. Serdatvsich NAME(S) OF SIGNERS) ❑ personally known to me - OR - Q 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 DANIEL RUCK his /her/their signature(s) on the instrument ^' COMM. #1454167 the person(s), or the entity upon behalf of NOTARY PUBLIC- GALIFORNIAca which the person(s) acted, executed the ORANGE COUNTY .• instrument. MY COMM. EXP. JAR. 1. 2008 -.,�. WITNESS my ha official seal SIGNATURE O Y OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ® CORPORATE OFFICER Performance Bond Secretary/Treasurer TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED Two ❑ GENERAL NUMBER OF PAGES ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) 7/30/07 ❑ GUARDIAN /CONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S) OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) r'1 • Bond No, 72BCSDVO241 Direct InquideslQaims to. POWER OF ATTORNEY P.O. x'2103 ,6690 SLUM AVENUE HARTFORD, CONNECTICUT 06115 call, 888 - 266.3488 or fax: 860- 757 -5885 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72181009 Hartford Fire Insurance Company, a corporation duly organized under the laws of the Stott of Connecticut XO Hartford Casualty Insurance Company, a corporation duly organized under the laws ofthe State of Indiana Q Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State ofbrdiam 0 Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of lllincis Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of the Southeast, a curporetim duly organized under the laws of the State of Florida having their home office in Hartion up to the amount of unlimited., Ralph Eider, Jr., Daniel Hucksbay, Arturo Ayala Of Orange, CA their true and lawful Attomey(s)min -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by 0, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfomiance of contracts and executing or guaranteeing bonds and undertakings required or permitted in arty actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Paul A. Bergenholtr, Assistant Secretary STATE OF CONNECTICUT SS Hartford COUNTY OF HARTFORD 0 9 David T. Akers, Assistant Vice President On this 4th day of August, 2004, before me personally came David T. Akers, to me known, who being by me duly swom, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachrseft that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above Instrument; that he knows the seals of the said corporations; that the seats affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 6 Sara H. Pasaka NopyPabfic CERTWC0.TE MyCkm®asiaa Rims oemha 31,2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which Is still in full force effective as of July 30th, 2007 Signed and sealed at the City of Hartford. r.: mr : ,i.I Gary W. Stamper, Assistant {Vice President r i Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company �J Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: Fax — Claims E -mail Mailing Address Claims Inquiries Notice 2003 888 - 266 -3488 860 - 757 -5835 or 860 -547 -8265 claims@lsteRsurety.com The Hartford BOND, T -4 690 Asylum Avenue Hartford, CT 06115 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 3, 2008 Mike Prlich and Sons, Inc. 9316 Klingerman Avenue South El Monte, CA 91733 Subject: Buck Gully Sewer Force Main Relocation (C -3803) To Whom It May Concern: On April 22, 2008, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 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 April 29, 2008, Reference No. 2008000200864. The Surety for the contract is Hartford Fire Insurance Company and the bond number is 72BCSDV0241. Enclosed is the Labor & Materials Payment Bond. Sincerely, n V a-2 rn LaVonne M. Harkless, MMC City Clerk encl. 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us CITY HALL e Office of the City Clerk 3300 Newport Boulevard P.O. Box 1768 Newport Beach, California 92658 -8915 RETURN SERVICE REQUESTED �e4S� ►� -� o� 6 q10� Mik Prlich a d Sons, Inc. 9316ing an Avenue South E1 Mc -`° I A °"" PN N, � MJYN 1 02 1M $ 00.59' K 0004258909 JUN 04 2008 ILT MAILEDFROM ZIPCODE 92563 917 NOE 1 9070 70 06 /OS /Odift RETURN TO SENDER PRLICH 5103 ELTON ST BALDWZN PARK CA 91706 -1911 RETURN TO SENDER Dcc'�Yp�.A2€Eb�O�is 1�, �, uil, 1, ��, n�, 1, lul ,lul,�,�nu,ll,�,lnllnl„Inil�, This bd was issued in four (4) identical counterparts. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 THE FINAL PREMIUM IS PREDICATED ON THE BOND NO. 72BCSnvo241 FINAL CONTRACT PA r,E LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to MIKE PRLICH AND SONS, INC., hereinafter designated as the "Principal," a contract for construction of BUCK GULLY SEWER FORCE MAIN RELOCATION, Contract No. 3803 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3803 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, Hartford Fire - 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 Two Hundred Seventy -Four Thousand, Six Hundred Thirty -Three Dollars and 001100 ($274,633.00), 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. 26 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 30th day of Julvt 2007. MIKE PRLICH & SONS, Inc. (Principal) Hartford Fire Insurance Company Name of Surety One Pointe Dr., Suite 325 Brea, CA 92822 Address of Surety 714- 674 -1200 Telephone Peter A. Serdarusich, Secretary /Treasurer Daniel Huckabay, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On 7/30/07 before me, Arturo Ayala, Notary Public Date Name, Title of Officer- E.G. "Jane Doe, NOTARY PUBLIC" personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) personally known to me - OR - ❑ 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 AYALA his /her /their signature(s) on the instrument 0"ARTUR0 COMM. #1636549 NOTARY PUBLIC - CALIFORNIA the person(s), or the entity upon behalf of ORANGE COUNTY which the person(s) acted, executed the Y CONM EXP. JAN 10.2010 instrument. WITNESS my hand and official seal SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Payment Bond TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑Two GENERAL NUMBER OF PAGES D ATTORNEY -IN -FACT ❑ TRUSTEE(S) 7/30/07 ❑ GUARDIAN /CONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S) OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of orange On 7/30/07 before me, _ Daniel Huckahay, Notary Public Date Name, Title of Officer - E.G. 'Jane Doe, NOTARY PUBLIC" personally appeared Peter A. Serdarusich NAME(S) OF SIGNER(S) ❑ personally known to me - OR - DANIEL HUCKABAY COMM. #1454167 VJ rh NOTARY PUBLIC- CALIFORNIAr4 rs ORANGE COUNTY r MY COMM. EXP. JAN. t. 2008 ❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the WITNESS my id an Icial seal � SIGNATURE OF OPTIONAL � Though the data below is not required by law, it may prove valuable to persons relying fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ® CORPORATE OFFICER Secretary/Treasurer TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) document and could prevent DESCRIPTION OF ATTACHED DOCUMENT Payment Bond TITLE OR TYPE OF DOCUMENT Two NUMBER OF PAGES 7/30/07 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE RECORDING REQUESTED BY AND This Document D electronically recorded by WCert Mail F Recordedln Official Records, Orange County Tom Daly, Clerk- Recorder WHEN RECORDED RETURN TQ: - -. � �,,': "' Nlavlj®11' NO FEE City Clerk n® 200800020011864 01:20pm 04129/08 City of Newport Beach 228195 N121 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Mike Prlich and Sons, Inc., of South El Monte, California, as Contractor, entered into a Contract on August 14, 2007. Said Contract set forth certain improvements, as follows: Buck Gully Sewer Force Main Relocation (C -38031 Work on said Contract was completed, and was found to be acceptable on April 22. 2008, by the Gity Council. Title to said property is vested in the Owner, and the Surety for said Contract is Hartford Fire Insurance Company. VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on a3 �?flod' at Newport Beach, California. City Clei� 0 FORK% April 23, 2008 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC RE: Notice of Completion for Buck Gully Sewer Force Main Relocation (C -3803) Notice of Completion for Mariners Park Improvements (C -3806) Notice of Completion for Traffic Signal Upgrades for FY05 -06 (C -3827) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, Califomia 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us • r CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 8 April 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Alfred Castanon 949 - 644 -3314 or aaastanon@city.newport- beach.ca.us SUBJECT: Buck Gully Sewer Force Main Relocation — Completion and Acceptance of Contract No. 3803 Recommendations: Accept the completed work. Authorize the City Clerk to file a Notice of Completion. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. Discussion: On August 14, 2007 the City Council authorized the award of the Buck Gully Sewer Force Main Relocation project to Mike Prlich & Sons, Inc. The contract provided for the construction of new gravity and sewer force mains, the abandonment and removal of portions of the existing sewer mains and the construction of new sewer manholes within Hazel Drive, Poppy Avenue, and East Coast Highway. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $274,633.00 Actual amount of bid items constructed: $275,284.00 Total amount of change orders: $17,095.23 Final contract cost: $292,379.23 The increase in the amount of actual bid items constructed over the original bid amount resulted from additional 6 -Inch Yelomine PVC sewer pipe needed to complete the connection to the existing force main on Poppy Avenue and the Ocean Front Alley. Buck Gully Sewer Force Main - Completod Acceptance of contract No. 3803 April 22, 2008 Page 2 The final overall construction cost including three Change Orders was 6.5 percent'over the original bid amount. The change orders were as follows: Change Order Description Amount 1 Change in pipe from VCP to PVC C -900 $3,025.26 2 Extra rock excavation and drop manhole relocation $19,841.67 3 Credit for non removal of concrete at Poppy Avenue - $5771.70 Total Project Change Orders $17,095.23 Environmental Review: The project was exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementation Guidelines when the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Funding Availabilitv: In addition to the primary construction contract, this project involved other project expenses for material testing. Total project expenses are summarized as follows: Construction $292,379.23 Materials Testing — Harrington Geotechnical Engineering $1,828.00 Inspection — Project Partners, Inc. $2,582.10 Design — Nolan Consulting, Inc. $22,000.00 Traffic Loop Relocation — Republic Intelligent Transportation $2,600.00 Incidentals $836.26 Total Project Cost $322,225.59 Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Buck Gully Sewer Force Main Relocation 7531- C5600861 $292,379.23 Total: $292,379.23 All work was completed by the scheduled completion date of March 27, 2008. Prepared by: Submitted by: Aq *Tnk c4 Alfrea Castanon G. Badum Associate Civil Engineer P Ic Works Director AU 'J 1 L: 2001 • C-'t03 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 August 14, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael Sinacori 949 -644 -3342 or msinacod @city.newport- beach.ca.us SUBJECT: BUCK GULLY SEWER FORCE MAIN RELOCATION — AWARD OF CONTRACT NO. 3803 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3803 to Mike Prlich & Sons, Inc. for the Total Bid Price of $274,633, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $27,000 (10 %) to cover the cost of unforeseen work. DISCUSSION: At 10:00 a.m. on July 25, 2007 the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $274,633.00 296,433.00 346,493.00 351,300.00 395,272.00 The low total bid amount is 8.5 percent below the Engineer's Estimate of $300,000. The low bidder, Mike Prlich and Sons, possesses a California State Contractors License Classification A, as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 45 consecutive working days to complete the work. BIDDER Low Mike Prlich & Sons, Inc. 2 GCI Construction, Inc. 3 Ross A. Guy & Son, Inc. 4 Beador Construction 5 SJ &B Group TOTAL BID AMOUNT $274,633.00 296,433.00 346,493.00 351,300.00 395,272.00 The low total bid amount is 8.5 percent below the Engineer's Estimate of $300,000. The low bidder, Mike Prlich and Sons, possesses a California State Contractors License Classification A, as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. Pursuant to the Contract Specifications, the Contractor will have 45 consecutive working days to complete the work. Suck Gulty Sewer Force Main 119 tlon — Award of Contract No. 3803 August 14, 2007 Page: 2 The sewer mains in the old Corona del Mar (CdM) were constructed in the mid- 1940's at a time when small beach cottages were the norm. Over time, the homes in CdM have become larger and the demands on the sewer system have become greater. The 1996 Master Plan of Sewer identified the Ocean Boulevard sewer as needing upgrading (increased size). In an effort to avoid this very expensive and disruptive construction between Poppy and Carnation Avenues in the alley behind Ocean Boulevard, an alternative project was proposed. The Buck Gully Pump Station that serves Shore Cliffs and the easterly flower streets in CdM discharges into the Ocean Boulevard sewer. The alternative project proposed will re -route this flow directly to the Orange County Sanitation District Trunk East Coast Highway built in the early 1990's and reduce the flows in the Ocean Boulevard sewer line. The Buck Gully Force Main Relocation project provides for a more cost effective solution to upgrading all of Ocean Boulevard sewer mains. However, if home expansions continue in CdM, portions of the Ocean Boulevard ultimately will need to be upgraded. Currently, an updated sewer master plan is being prepared and the Ocean Boulevard sewers will be re- analyzed with the reduced flows from the Buck Gully Pump Station. Staff anticipates that the new sewer plan may propose a small project for the future for Ocean Boulevard. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work City prepared notices are distributed by the contractor to both residents and businesses. Geotechnical and Survey Services: In addition to the contract costs, approximately $5,000 in consulting geotechnical services is estimated for this project and will be performed under the respective on -call professional services agreement. Survey Services are included in the Construction Contract. $2,000 is included for printing and other incidentals. • Buck Gully Sewer Force Main Wation — Award of Contract No. 3803 August 14, 2007 Page: 3 Funding Availabilitv: There are sufficient funds available in the following account for the project: Account Description Account Number Buck Gully Sewer Force Main Relocation 7531- C5600861 Proposed uses are as follows: Vendor Mike Prlich and Sons, Inc. Mike Prlich and Sons, Inc. Harrington Geotechnical Various Prepared by: rsr-' Michael J. Sinacori, P.E. Principal Civil Engineer Attachments: Project Location Map Bid Summary Purpose Construction Contract $ Construction Contingency $ Geotechnical Testing $ Printing and Incidentals $ Total: $ Submitted by: /m- Amount $ 308,633 Amount 274,633 27,000 5,000 2,000 308,633 /N/ Proposed Sewer Force Main Relocation 44 Buck Gully Sewer Existing Newport Beall Sewer Main Force Main Relocation Existing OCSD Trunk (1993) T77 T 111 I T 1P, -1 T-A If I J = =MW 9S..1 -Lk Fdi- �- V'I 1�' Uj Existing Force Main fh_� Buck Gully Pump CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: Buck Gully Sever Force Main Relocation BID LOCATION: C7ry Clerk's OMCe • CRY Hell CONTRACT NO.. $29803 DATE: 25-Jul-07 TIME: 10:00am. ENGINEER'SESTIMATE: $lmoi0A0 BY: MJS CHECKED: MJS DATE: 07/25/2007 PROJECT MANAGER: Michael J. S(necorl, P.E. ITEM DESCRIPTION QUANTITY ENGINEER'S ESTIMATE MIKE PRLICH &SONS, INC. GCI CONSTRUCTION INC. R033 A. GUY 8 SON INC. 1 Modgzetlq➢emopelxetlon en4 Clea UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 2 remc COnkd 1 LS 525,000 §30.000 §3,500 25,000.00 8000.OD 8,000.00 30,000.00 3p OOO,Op 13000,00 13000.00 90.000.00 8000.00 8000.00 8.000.00 8000.00 9000.00 3500.00 5,000.00 5000.00 5000.00 5000.00 300,00 9 X00 3 Remove lntarfen PaNOnsdEtlstl e"FMen4JOln B7 1 L3 aMnaM 9" YabmMe PVC P9re & FXWps 1v/Reele4ne4JdMs 1 LS 4 5 PorT3Tdral 6ectlatA per 'cal9adicne SB8 lF §125 73280.00 782.00 94832,00 770.00 109909,00 6 FunlvMns7ag 8" VCP Se.Ver PVr T'pc SVCdonA 282 LF $80 22b.00 737850.00 20,880.00 767.00 34109,00 }25.00 29,000.00 230,00 53360,00 7 F.md.M M e" VCP (XS $ewer Por Typial SedbnC 111 LF $110 $125 5300 $1000 §5000 $15000 $2 500 E2 500 $7500 2500 5000 12210.00 157.00 17,427.00 175.00 19,425.00 228.00 25,308.00 16000,00 190.00 800.00 200.00 24000.00 233.00 27,980.00 56500.00 202.00 37370.00 iBp,Op 33300.00 2$9.00 47815.00 2MIM 900.00 780000 785p.00 3300.00 700.00 7400.00 20000.00 3500.00 14000.00 3700.00 74800.00 3000.00 12000.00 15000.00 72000.00 12000.00 9,000.00 8,000.00 420000 4200.00 2 500.00 1000.00 1 000.00 7 100.00 1 100.00 500.00 300.W 2 500.00 1800.00 1 800.00 1300.00 1 300.00 2000.00 2000.00 7500.00 7400.00 7400.00 4300.00 9300.00 6000.00 5000.00 2500.00 74W.00 1400.00 1700.OD 1700.00 7200.00 1200.00 8 FundalVtmM B^VCP Sexes FSrc7 Eem'onD 770 LF 9 B"RWGa[nhole FxF wrttiaer&COVer 185 LF %nlIwnsWl 10 FunnWnstell 98' Die Mende 2 FA 17 Fumie Menhde FA AbwunE)d 12 q BAOergpl Eld 8' PVC Farce Mein 1 1 EA 13 RenwvNReconsWd mtartve PCC X-0uaer 1 lS 14 atluctlon Save SIeN 1 LS 15 MR Tm/5c Detvttors Ave 1 LS v LS 76 Remwe'InsWll7hamp atic SM n enaa Meacera 1 LS 17 rwidi Measures 5000.00 5000.00 5000,00 SSOO.OD 5500,00 8000.00 6000.00 1 B qml --line AsBu @Plans 7 1 LS i 5000 2 500 5000.00 2000.00 2000.00 2500.00 2500.00 5000.00 5000.00 2 500.00 500.00 500.00 ouu.vul 500.00 500.00 500.00 EE 299840.00 LOW 274633.00 2ND 298433.00 3RD 346493.00 ENGINEER'S ESTIMATE BEADOR CONSTRUCTION SJBB GROUP ITEM DESCRIPTION UNIT AMOUNT UNIT AMOUNT UNIT I 7 Mdrliaa8d0amoaplietlon QUANTITY 2 entlG cCamrel 1 lS $2S 000 25000,00 §30870 30670.00 28850.00 AMOUNT 29950.00 3 Rertave Indvla4 PoNOns d $dstin C FM mtl Join Ekstl FvnieMneW18' YMdNne PVC Pip• 8 Ritlngs w /RUtaMeE Jdma 1 1 L3 LS $30000 $3 500 30,000.00 3 500.00 $17000 $9 000 1700000 9 000.00 18000.00 7 740,00 79000,00 7 J40.Op 4 Per ISedbrlA FuNYVInaWl B" Yalomine PVC Pipe b Fittings WRevtainsa Joint, 686 LF $125 73250.00 160 83760.00 21000 123080.00 5 ka18ed 13 RoiIialVlnstell 8" VCP (XS) Sewn Per TIVeel SedlonA 292 !F $90 20880.170 $180 37120.00 125.00 29000.00 6 7 FwnWInaWl V VCP X$ Sr PwTypoal SedlonC um neWl w' X$ Sever PerT cal SeNOnO 117 720 785 LF LF LF $110 $125 $300 12 10.00 15000.00 55600.00 $200 200 $190 22200.00 24000.00 35150.00 287,00 22b.00 475,00 31857.00 27000.00 76775.00 8 9 FumWylnaWIM RWGeb Vaava FREE vaWsera Cow 2 EA 10 umiWlnaM 4B "WaManhde 1000 000.00 $2200 4400.00 1404M0 2800.00 4 EA $5000 $15,000 §2 500 2 500 20000.00 15000.00 2 SW.W 2 500.00 SS 000 11000 $6 000 32000.00 11000.00 8000.00 3855.00 5.200.00 f BOO.W 1542000 5200.00 f 800,00 17 '"'wnsWl 80' Ga MaNMee 1 EA 12 q & ASVdon Fid B' PVC Farce Mein 1 LS 73 RemovelRewwns5ud Intertstl PCC X -Gaper 1 L8 14 CanaWdien SUrvs 81eB $6 000 600000 7570.00 1,570,00 t 1 7 LS LS LS $7600 52500 5000 7500.00 2600.00 5000.00 15 R Tral8c3 L OetaNam Flu Ave Remova8nalell The Mslk Sml ntls Meilurs Trench Maaauw 5000 $9000 $7000 300000 7000.00 12gOp,Op 500.00 12 3800.00 16 17 goo $2 78 Fnvl Reline AF9uitl puns 7 LS 2 500 2500.00 0 0 2000.00 1000.00 1000.00 EE 299 840,00 4TH 357 300.00 5TH 1 386 272,00 T.Wfare"tr h.sdcont1Q" AI%00SUMMARY As Page 1 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the Office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 10:00 a.m. on the 25th day of July 2007, at which time such bids shall be opened and read for BUCK GULLY SEWER FORCE MAIN RELOCATION Contract No. 3803 $300,000 Engineer's Estimate oben G. Badum is Works Director Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Genera! "A" Contractors License required for this project For further information, call Mike Sinacori, Principal Civil Engineer — 949 - 644 -3342 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.city.newport-beach.ca.us CLICK: e- onlineservices /e- bidPublicWorks 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND .............................................................................. ..............................5 DESIGNATION OF SUBCONTRACTOR(S) ..................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ........................................................ .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA .......................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER ............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 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 1. 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. 2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. 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 ofthe Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 5. 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. 0 0 6. 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. 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 relating to prevailing wage rates (Sections 1770 -7981 inclusive). 8. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 9. 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. 160 y, -e/ -- A Contractor's License No. & Classification MIKE PRLICN B SONS INC. _8316 KLINGERMAN ST. 7852 FAX 626 - 350 -3195 LIC# 760474 A MICHAEL A. PRLICH PRESIDENT _7-- / — 0,7 Date 0 Bond No. H -946 1 CITY OP NOWPORT BEACH. PUBLIC WORKS DEPARTMENT .. IJCK GULLY SEYXER,FORCE MAIN R£tOCA ON Col TR NO. 3$03 . BIDDER'S BOND We; the unit- srsigned Principal and Surety, our successors'and assigns, executors, heirs. and-,administrators, agree to be jointly and severally held and firmly bound to the City'of Newport Beach, a carter city, in the principal sum of _Ten Percent of Amount Bid Dollars ($ 110% of Amount Bid), to be paid and-forfeited to the City of Newport Beachsl' the bid proposal of. the undersigned Principal for the construction of Buck Gully Sewer Foroi Main Relocation, Contract No. 3803 in the City of Newport Beach, is accepted by'the:..ity Council of the City .of Newport. Beach and the .proposed contract is awarded to the Ptincipal, and 'the Principal falls to execute the Contract Documents in the form(s) prescribed, including_ the required bonds, and original insurance cerfificates and endorsements for Vo construction of the project within thirty (30) calendar days after the .date of the malling 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 ttis Bond. Witness our hands this 16th day of Mike Prlich &.Sons, Inc. ' Contractor's Namto,(Principal) . Hartford Fire Insurance Company Name of Surety One Pointe Dr.', Suite 325 Brea, CA 92822 Address of Surety Daniel Huckabay, Attorney -in -Fact Print Name and Title 714- 674 - 1200' Telephone 1 (Nota-y acknowledgment of Principal & Surety must be attached) 5 9 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On 7/16/07 before me, Arturo Ayala, Notary Public Date Name, Title of Officer- E.G. "Jane Doe, NOTARY PUBLIC' personally appeared Daniel Huckabay NAME(S) OF SIGNER(S) 0 personally known to me -OR- ❑ 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 TU AYALA CDMU 01636 L his/her /their signature(s) on the instrument NOTARY PUBLIC-CALIFORIll the person(s), or the entity upon behalf of DAR ORANGE COUNTY which the person(s) acted, executed the Y COMM. EXP. JAN. 10, 2010 instrument. WITNESS my hand and official seal SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Bid Bond TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED One ❑ GENERAL NUMBER OF PAGES ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) 7/16/07 ❑ GUARDIAN /CONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S) OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) • • Bond No. H -946 Direct Inquiries/Claims to: POWER OF ATTORNEY P.O. BOX THE HARTFORD 103 6 690 ASYLUM HARTFORD, CONNECTICUT 06115 call. 888. 2663488 orfax: 850-757 -5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Aoenev Code: 72- 181009 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Q Hartford Casualty insurance Company, a corporation duly organized under the laws of the State of Indiana 0 Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut © Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Q Hartford Insurance Company of Illinois, a coporation duly organized under the laws of the Store of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the Site of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized wader the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as up to the amount of unlimited: Ralph Eldem, Jr., Daniel Huckabay, Arturo Ayala Of Orange, CA their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. .� `4!„_.,„� f070 € ; fp44 794f✓ r I• "i ti Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT COUNTY OF HARTFORD } SS Hartford 0a'o'-y 9A&Z' David T. Akers, Assistant Vice President On this 4th day of Aught, 2004, before me personally came David T. Akers, to me known, who being by me duly swum, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he Is the Assistant Vice President of the Companies, the corporations described in and which executed the above Instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were se affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. • �1lrtle Scow E. Pauka NmmyPablk CERHRCmTE My a Expum Ocmbw 31, 2007 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power ofAttomey executed by said Companies, which is still in full force effective as of July 16th, 2007 Signed and sealed at the City of Hartford. "� nu„� s L9at = iMrRb 'i g IW'r'b fin °.4i A� a�titi.� f� N•u+e' to 79•� E, fa 74� rOZ1 O • � a s � • �••x a 'ri sre Gary W. Slumper, Assistant Vim President POA2005 THE MiTFORD 3 Claims Inquiries Notice Hartford Fire Insurance Company Hartford Casualty Insurance Company Hartford Accident and Indemnity Company Hartford Underwriters Insurance Company Twin City Insurance Company Hartford Insurance Company of Illinois Hartford Insurance Company of the Midwest Hartford Insurance Company of the Southwest Please address inquiries regarding Claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number: 888- 266 -3488 Fax — Claims 860- 757 -5835 or 860 -547 -8265 E -mail claimsgl aosurety.com Mailing Address The Hartford BOND, T -4 690 Asylum Avenue Hartford, CT 06115 Claims Inquiries Notice 2003 0 State of California County of Los Angeles • On 7— 1Go , 2007, before me, Gregg Arden Alfvegren, Notary Public personally appeared, Michael A. Prlich personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. G r g en Alfvegren Commisslon * 1492817 Notary Public. California LOS My ) County - Best's Rating Center - Compat�nformation for Hartford Fire Insurancompany Ratings DelHlons i, search Best's Ratings Press Releases Related Products ► ttdttstrY 8 Regional Country Walt How to Oat Rated CofMecl an Analyst 'r View Ratings: Financial Strength IssuersCredit Secui lies Advanpsd Search Hartford Fire Insurance Company Page 1 of 2 Due, Web Cent.: I' (a member s H@Idprd l!suiance Group) Asstgned to companies Nat have r A.M.aest N: DMI NAIL rk 19681 FEIN N: 8603837M ...Dino, a supeifor W", t. mr• Nw ageing obligations to Address: Hartford Plaza Phone: 860-547 -5000 poncynowers. Hartford, CT 06115 Fax: 860 -547 -6343 Web: wwwAtiahartford.com Best's Ratings Financial Strength Ratings Dgw ffniitions Issuer Credit Ratings View D—efinidor s Rating: A+ (Superior) Long -Term: as- Affiliation Code: p (Pooled) Outlook: Stable Financial Sim Category: XV ($2 Billion or greater) Action: Affirmed Outlook: Stable Date: June 25, 2007 Action: Affirmed Effective Date: June 25, 2007 * Denotes Under Review Best's Ratings Reports and News Visit our NewsR00m for the latest news and press releHses for this company and its A.M. Best Group. 1�...+ Best's Company Report - includes Bears Financial Strength Rating and rationale along with comprehensive analyt detailed business overview and key financial data. 1 Report Revision Date: 071M2007 (represents the latest significant change). R- storical Reports are available in Best's Cpmpany Report Archive. ')_ Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style n sheet income statement, key financial performance tests including profitability, liquidity and reserve analysis. Data Status: 2007 Best's Statement File - PIC, US. Contains data compiled as of 7/23/2007 (Quality Cross Checkt • %ngle Comgany - five years of financial data specifically on this company. • Comparison - side -by -side financial analysis of this company with a peer group of up to five other companies yc • Composite -evaluate this company's financials against a peer group composite. Report displays both the avers, composite of your selected peer group. Note: Adobe Reader is required to view the reports listed above. This software is available free from Adobe. System: option is also available once the report has been opened using Adobe Reader. Best's Key Rating Guide Presentation Report - includes Best's Financial Strength Rating and financial data as pr, Rating Guide products. !) Data Status: 2006 Financial Data (Quality Cross Checked). Financial and Analytical Products Best's Property /Casualty C@nler - Premium Data & Reports Best's Kay Rating Guide - PIC. US & Canada Best's Statement File PIC, US Best's Statement File- Global Best's Insurance Reports -.P /C, US & Canada Best's State Line - PIC, Best's Insurance Expense Exhibit 0EE) -PIC, US Best's StatplLino (Compined Lines) - PIC, US Bears State Line -- Property I Casualty - Single State Besrs.Sgha lure P (Lgss Reserves) - PIC, US QusjQmer SCMIcB I Product SuptLon I Member Center I Contact Info I Careers About A.M..Best I Site Map I Privacy Poll cy I Sewn I Terms of Use I Legal & Licenslnp http: / /www3. ambest. com / ratings /Ful]Profile.asp ?B1= 0 &AMBNum =2231 &A1tSrc =1 &Alt... 07/25/2007 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 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 "Greenbook ", 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 fonnulating 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: tOrLL- ME2tr-A -P3 /1rs4LMn 44" S {fin a CSC Salb Address: Y00 F C S 7" P o TSox Z7--Li Phone: State License Number. Zb 7e 3 i4 Name: Address: Phone: State License Number. Name: Address: Phone: State License Number. _ MIKEPRr ICa,........O_._ Bidder 10 Authorized Signat /Title MICHAEL A. PRLICH i PRESIDENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name MIKE PRLICHANDSONSINC. 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 Project Description SiEe A7PAGFIEA LJST Off' PfbN W)TH,u -rhe- L* —, q yeas Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ C6tnpleleb , 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 indicate outcome of claims. Ns Nhip15 Guetl~ heb kJ,4;Nsr 4he Age,Jog's . 7 y • No. 2 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person • T Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description Approximate Construction Dates: From Agency Name _ Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. E 0 0 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) 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. M 0 0 No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractors current financial conditions. MIKE PRLICH ANDSONS INC. Bidder 10 MICHAEL A. PRLICH PRESIDENT Auk rized Signature/Title MIKE PRLICH AND SOM, INC. (Completed within the last 9 years) JOB# ENTITY NAME PURPOSE OF CONTRACT 601 City of Los Angeles Samoan Apt - Harbor Blvd. Sewer 200 N. Spring St. Repair W.O. SZS 11171 S3,674,245.00 Los Angeles, CA 90012 Harry Balaiso 602 City of Los Angeles Easier Ave. Sewer Relief (213) 847 -1186 200 N. Spring St. 1200 L.F. 30" VC? W.O. SZSl1113 2000 Los Angeles, CA 90012 603 City of Los Angeles Western Ave. Siam Drain Sewer 700 N. Spring St. W,O. E400023 Los Angeles, CA 90012 $1,047,084.00 604 City of Las Angeles Hollywood Area Cement Sewer Repair $9,800.00 200 N. Spring SL (CSRP) Umt3 W.O. SZS11137 Sewer Los Angeles, CA 90012 2001 603 City of Los Angeles Harbor Unit 2 Sewer Replacement 2000 200 N. Spring St. Rehab. SZSI1140 $99,500.00 Los Angeles, CA 90012 606 City of Los Angeles Emergency Sewer Repairs 200 N. Spring St. 425 E. 29th St. W.O. SW C00082 2001 Los Angeles, CA 90012 ' 607 City of Los Angeles Boyle Heights Area Relief Sewer Project 200 N. Spring St. SZS) 1190 (562)699 -7411 Los Angeles, CA 90012 $386,736.00 608 City of Los Angeles Dept of Water & Power Harbor West 260 N. Spring St. Recycling Project 42814.1 Los Angeles, CA 90012 609 City of Los Angeles Dept of Water & Power Harbor West 200 N. Spring St. Recycling Project 42815 -1 Los Angeles, CA 90012 610 City of Los Angeles Arapahoe St. & Olive St. 200 N. Spring St. Emergency Swr Repair W.O.SZS11171 Los Angeles, CA 90012 61 I City of Los Angeles Montecito Dtive Storm Drain Extension 200 N, Spring St. W.O. SZSI1156' Los Angeles, CA 90012 612 Los Angeles County Holmes - Willowbrook Relief Sanitation District Server- Contract No. 3782 1955 Workman Mill Rd. File No. 1- 10.06 -31 Whivier, CA 90601 -1415 613 Orange County Junction Structure Upgrade Sanitation District SP200029 10844 Ellis Ave. P.O. Box 8127 Fountain Valley CA 92728 -8127 614 City of Los Angeles Emergency Sewer Repairs 200 N. Spring St. 33rd St. East of San Pedro St. Los Angeles, CA 90012 W.O. SZS11236 TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON Sewer 5119,876.00 1999 Lame Unudi (310) 732 -0690 Sewer S3,674,245.00 1999 Harry Balaiso (213) 847 -1186 Server $1,394,700.00 2000 Robert Vega (3'- -2)342 -1575 Sewer 5725,985.00 2000 Sewer $1,047,084.00 2000 Sewer $9,800.00 2000 Sewer $615,049.00 2001 Water $95,250.00 2000 Water $99,500.00 2000 Storm Drain $121,366.00 2000 Storm Drain $77,650.00 2001 Sewer $938,467.00 2001 Mike Sehta (562)699 -7411 Sewer Structure $386,736.00 2001 Sid Kirk Sewer 899,930.00 2001 • • MIKE PRLICH AND SONS, INC. (Completed within the last 9 years) JOB# ENTITY NAIVE PURPOSE OF CONTRACT 615 Los Angeles County Dept of Beverly Pico Drain Unit? 2002 Public Works Storm Drain $487,996.00 900 S. Fremont Ave. (714) 593 -7342 Alhambra, CA 91803 -1331 616 City of Los Angeles Emergency Sewer Repairs 2002 200 N. Spring St. Marlime Museum Junction Structure Los Angeles, CA 90012 SZCI 1241 617 City of Pico Rivera Vatar Site Sewer Improvements Alfredo Magallanes P.O. Box 1016 Pico Rivem, CA 90660 Sewer 618 City of Los Angeles Emergency Sewer Repairs 200 N. Spring St Sewer Spot Repairs Winter 200172002 (818) 548 -2140 Los Angeles, CA 90012 W.O. S WC00120 619 Orange County Emergency Force Main Repair Sanitation District Force Main Repair and Ocean Stem Dorian 10844 Ellis Ave. Siphon Repair, 2000 L.F. Tom Kilmer P.O. Box 8127 Hobas Pipe Lining, Diversion Fountain Valley Of Sewer Siphon under Santa Ana 578,942.00 CA 92728 -8127 River. 620 City of Pico Rivera Sams -Regis Saver Improvement (760)744.2738 6615 Passons Blvd, Pico Rivera, CA 90660 621 Cky of Rosemead Ralph Street and Olney Storm Drain 8838 E. Valley Blvd. Rosemead, CA 91770 622 City of Los Angeles Emergency Sewer Repair 200 N. Spring Sr. W.O. SWC000129 Los Angeles, CA 90012 623 City of Las Angeles Garwood Place Emergency 200 N. Spring St. Storm Drain -W.O. SZS11211 Los Angeles, CA 90012 624 City of Glendale San Fernando Road Sewer Capacity 613 E. Broadway, Suite 120 Glendale, CA 91206 625 Orange County Abandonment of Airbase Trunk Sewer 10844 Ellis Ave. Arlington P.O. Box 8127 Fountain Valley CA 92728 626 City of Los Angeles Toluca Lake - Moorpark Storm Drain 200 N. Spring St. W.O. SZ911199 Los Angeles, CA 90012 627 Vallecitos Water District Land Oulfall Manhole Rehabit. 201 Vallecitos De Oro San Marcos CA 92069 -1153 TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON Storm Drain $641,927.00 2001 Sewer $'_47,811.00 2001 Leilant Umah (3 [0) 732 -4690 Sewer 5209,033.00 3002 Michael Moore (562) 801 -4389 Sewer 5652,522.00 2002 Michael Moore Sewer Force Main S2,004.9Z3.00 2002 Sid Kirk Storm Drain $487,996.00 2002 (714) 593 -7342 Server $233,294.00 2002 Michael Moore (562) 801 -4389 Storm Drain $487,996.00 2002 Ken Ruckavine (626) 569 -2151 Sewer $204,444.00 2002 Inj MouRay- Azhali (213) 485 -5846 Storm Drain $43,013.00 2002 Alfredo Magallanes (213) 8474844 Sewer 5736,268.00 2002 Steve Welker (818) 548 -2140 Sewer $699,500.00 2002 Todd Haynes (714) 593 -7304 Stem Dorian $250,207.00 2003 Tom Kilmer (213) 847 -5170 Sewer Manhole Coating 578,942.00 2003 Chuck Reuck (760)744.2738 • • MIKE PRLICH AND SONS, INC. (Completed within the last 9 years) JOBk ENTITY NAIVE PURPOSE OF CONTRACT 628 Orange County Los Alamitos Lateral Sanitation District Sewer $10,026.00 10844 Ellis Ave. Iraj MoulTay- Azhali P.O. Box 8127 (213)485.5846 Fountain Valley $3,714,690.00 2003 CA 92728 -8127 Pipe Bursting 629 City of Los Angeles Emergency Sewer Repair Sewer 200 N. Spring Street Temporary Sewer between Mark Uphus Los Angeles, CA 90012 the Pacific Coast Hghvvy and (714) 741 -5191 Via De Las Olas W.O. SWC00141 630 City of Los Angeles Emergency SD. Repair 200 N. Spring Street W.O. SSOA0060 (213) 485 -5846 Los Angeles, CA 90012 $249,911.00 631 City of Santa Monica Project #14 1685 Main Street (213) 485 -5846 Sewer Santa Monica, CA 2003 Imj Mouffay- Azhali 90402-2200 632 City of Garden Grove Garden Grove Sewer $179,940.00 11222 Acacia Parkway Improvements P.D. Box 3070 Project No. 7800 (760) 602 -2430 Garden Grave, CA 94842 51,147,240.00 633 City of Los Angeles Emergency Sewer Repairs 200 N. Spring Street Collection System Spot Repairs Sewer Los Angeles, CA 90012 W.O. SW C00149 634 City of Los Angeles Emergency Sewer Repairs 200 N. Spring Street W.O. SWC00160 4156,613.00 Los Angeles, CA 90012 Lanie Umali 635 City of Los Angeles Emergency Sewer Repairs (310) 7324690 200 N. Spring Street W.O. SWC00169 2004 Las Angeles, CA 90012 636 City of Carlsbad Project 3874 -1 1635 Faraday Ave. Carlsbad, CA 92008 -7314 637 City of Los Angeles Liebe Drain (Benedict Lyn SD NIO 200 N Spring Street Hutton Dr.) Los Angeles, CA 90012 638 City of Costa Mesa Abandonment of Airbase Trunk Orange County Sanitation Sewer P.O. Box 5127 Fountain Valley CA 92728 -8127 639 City of Los Angeles Beacon Street Storm Drain 200 N. Spring Street Los Angeles, CA 90012 640 City of Los Angeles Emergency Sewer Repairs 200 N. Spring St. South Van Ness Avenue Los Angeles, CA 90012 W.O. SWC00177 TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON Sewer $16,156.00 2002 Terry Krie (714) 593 -7348 Sewer . S281,769.00 2002 Imj Mouffay- Azhali (213) 485 -5846 Sewer $10,026.00 2002 Iraj MoulTay- Azhali (213)485.5846 Sewer Gravity & $3,714,690.00 2003 Eugenia Chusid Pipe Bursting (310) 458.8795 Sewer $366,627.00 2003 Mark Uphus (714) 741 -5191 Sewer $237,887.00 2003 Iraj MoulTay- Azhali (213) 485 -5846 Sewer $249,911.00 2003 Iraj Moultuy- Azhali (213) 485 -5846 Sewer $64,830.00 2003 Imj Mouffay- Azhali (213)485.5846 Sewer Manhole Coating $179,940.00 2004 Don Moore (760) 602 -2430 Storm Drain 51,147,240.00 2004 Anthony Munoz (818) 374 -4638 Sewer $2,375,000.00 2004 Larry Rein (714) 593 -7375 Storm Drain 4156,613.00 2004 Lanie Umali (310) 7324690 Sewer $71,069.03 2004 Iraj Mouffay- Azhali (213)455.5846 0 0 MIKE PRLICH AND SONS, INC. (Completed within the last 9 years) JOB# ENTITY NAME PURPOSE OF CONTRACT TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON 641 City of Los Angeles Emergency Sewer Repairs Sewer 3213.513.97 2004 Imj Mooffay-Azhati 200 N. Spring St. Alonzo Avenue (213) 495 -5846 Los Angeles, CA 90012 W.O. SWC00192 642 Orange County Abandonment ofAirbase Trunk Sewer $507,610.00 2004 Laity Rain Sanitation District California SL (714) 593 -7375 10844 Ellis Ave. P.O. Box 8127 Fountain Valley CA 92728.9127 643 Los Angeles County Lateral Sewer Connections Server $92,254.29 2004 Lenny Blackman Sanitation Districts Q Crenshaw Blvd. (310) 8368050 1955 Workman Mill Rd. Whittier, CA 90601.1415 644 City of Los Angeles Enchanted Way Emergency Storm Drain 835,600.00 2004 Irej Mouffay- Azhali 200 N. Spring St. Storm Drain Replacement (213) 485 -5846 Los Angeles, CA 90012 W.O. SZS11272 645 City of Los Angeles Santa Monica Basin Pollution Storm Drain Pollution $668,558.00 2005 Francisco Range[ 200 N. Spring SL 10th Avenue @ 36th St. W.O. SZSI 1226 Collector Structures (213) 947-5235 Las Angeles, CA 90012 Dalton Ave. Q 30th St. W.O. SZS 11228 646 City of Los Angeles SMBWUR Pollution Removal Storm Water Pollution $698,235.00 2005 Lanie Umali 200 N. Spring St. Hormandie @ 52nd & Vernon @ Normandie Collection (310) 732 -4690 Los Angeles, CA 90012 WO# SZS11229 SZS 11229 647 Los Angeles County Long Beach Water Reclamation Plant Sewer Farce Main $1,332,594 00 2004 Mike Solna Sanitation Districts Interceptor, Section 1 (310) 830 -8050 1955 Workman Mill Rd. Whiner, CA 90601 -1415 648 City of Vernon Emergency Sewer Repairs Sewer $47,737,70 2004 Vincent A. Rodriguez 4305 Santa Fe Ave. (323) 583 -8811 Vernon, CA 90058 b49 City of Los Angeles Las Pulgas Canyon Sewerl Sewer $2,863,66090 2006 Romano V. Galassi 200 N. Spring St. Temescal Canyon Pumping Plant (213) 847.0405 Los Angeles, CA 90012 W.O. F2002396 650 Cmbb Construction Comp, Me. Donald's Storm Drain $98,157.00 2004 Dan Wareham 5135 Valley Comer Ave. (969) 305 -2088 Covina, CA 91724 651 City of Garden Grove Emergency Sewer Repair Sewer $42,013.47 2004 Brant Hayes t 1222 Acacia Parkw%y @ Magnolia Ave, & Karelia Ave. (714) 290 -931 g Garden Grave. CA 92842 652 California Slate University North Campus Underground Sewer $394,142.00 2004 Mike Jasminski 1250 Bellflower Blvd. Utilities Bid#UIX01MC034 (562) 985 -4175 Long Beach, CA 90840 -5701 653 City of Los Angeles Wastewater Treatment Plant Odor Control $219,284.00 2004 Ray Mohammadi 200 N. Spring St. Emergency (310) 648 -6203 Los Angeles, CA 90012 W.O. SZS 11462 654 City of Los Angeles Transportation Contaminant Reduction' Storm Water Trash $459,877,00 2006 Hassan Nazemi 200 N. Spring St. SZSI1225, SZS11227, SZS11229 Removal 2131947 -5076 Los Angeles, CA 90012 0 0 MIKE PRLICH AND SONS, INC. (Completed within the last 9 years) JO[#f ENTITY NAME PURPOSE OF CONTRACT TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON 655 City of Los Angeles Emergency Server Repairs Sewer $110,228.35 2005 Imj Mont7ay-Azhah 200 N. Spring St. Whitworth Drive and (213) 485 -5846 Los Angeles, CA 90012 W.O. SWC00267 656 Ciry of Garden Grove Install an IS" Water Valve Water $28,000.00 2005 Thomas C. Meng 11222 Acacia Parkway at Lampson & West Street (714) 741 -5056 Garden Grove, CA 92842 IFBHOI -1078 657 Midway City Sanitary Dist. Pacific Avenue & 14th St. Sewer Project Sewer $2,510,099.33 2005 DGA Consultants 14451 Cedarwood St. Don Greek Westminster, CA 92683 (714) 568.0200 658 City of Los Angeles Neenach Street Sewer Improvement Sewer $113,869.80 2005 Eladio Lopez 200 N. Spring St. W.O. No A'l1- E6000416 (918) 374 -4652 Los Angeles, CA 90012 659 City of Los Angeles Emergency Sewer Repair 54th St. Server $219,176.97 2005 Iced Moua'ay- Azhali 200 N. Spring St. Sewer Replacements (213) 485 -5946 Los Angeles, CA 90012 W.D. SZC11486 660 City of La Palma Installation of Drainage Devices Along Sewer /Storrs Drain $39,465.12 2005 Ismile 14. Noorbaksh. P.E. 7822 Walker Street Andrew Drive & Houston Avenue (714) 690.3310 La Palma, CA 90623 Project# 03SWR -02 661 City of Los Angeles Emergency Sewer Repairs Sewer $11,215.15 2005 Imj Mouffny- Azhali 200 N, Spring St. Summitridge Drive (1300 Block) (213) 485.5846 [As Angeles, CA 90012 W.O. SWC00313 662 City of Los Angetes Shields (hive Hillside Emerg. SD Repl, Storm Drain $78,597.74 2005 Lanie Walsh 200 N. Spring St. 251h SL @ RPV Phase IT Emerg. SD Rapl. (310)7324690 Los Angeles, CA 90012 W.O. SZS11304 & SZS 11325 664 City of Los Angeles Emerg. Sewer Repair Bellagio Road Sewer $406,080.00 2005 Phillip M. Wilson 200 N. Spring St. W.O. SZCI 1437 (310) 575 -8387 Los Angeles, CA 90012 665 City of Los Angeles 57th Street Q Vermont Avenue Storm Drain $2,168.74 2005 Andy, Flores 200 N, Spring St, Emergency Storm Drain (21a) 847.8766 Los Angeles, CA 90012 W.O. SZSI 1346 666 City of Las Angeles Liebe Drain (Benedict Canyon) Storm Drain 5174,822.93 2005 Rafael Villegas 200 N. Spring St. W.O, E4000279 (213) 847 -5051 Los Angeles, CA 90012 667 City of Garden Grove Provide & Install a 6 -Inch Sewer Lateral Sewer $21,198.00 2005 Thomas C. Meng 11222 Acacia Parkway at 12927 Chapman Avenue, Garden Grave Garden Grote, CA 92842 ITS No. 01.1091 668 Orange County Sanitation Water Distribution System Modifications Water $196,378.00 2006 lint Harris District Plant I - FE0520 (714) 593.7727 P.O. Box 8127 Fountain Valley, CA N92728 669 City of Los Angeles Santa Monia Blvd. Emergency Sewer Repair Sewer $62,996.29 2005 Rafael Villages 200 N. Spring St. W.O. SZC11590 (213) 847.5051 Los Angeles, CA 90012 670 Pity of Los Angeles Harbor Area Cement Server Sewer $ 1,420,058.00 2006 Neil O. Tuano 200 N. Spring St, Renewal Ptog wn - Unit 5 (310) 732 -4691 Los Angeles, CA 90012 SZC 11159 ' t E 0 MIKE PRUCH AND SONS, INC. (Completed within the last 9 years) JOE# ENTITY NAME PURPOSE OF CONTRACT TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON 671 City of La Palma Coyote Creel, Channel Emergency Reconstr. Channel $435,426.00 2005 [smile H. Noorbaksh, P.E. 7822 Walker Street of Levee and Channel Invert (7!4)690 -3310 La Palma, CA 90623 , 672 Los Angeles County Emergency Sewer Rpr Figueroa &Sepulveda Sewer $78,443.08 2004 Walter Akkerman Sanitation Districts Peck Rd. & Bqant St. (310) 830 -8050 1955 Workman Mill Rd. Cheyenne St. - Downey W hillier, CA 90601.1415 ' 673 Boeing Realty Corporation Pacific Gateway Tract 16375. Storm Drain/Sewer Water $4,538,622.12 2006 -2007 Jim Slater 4900 E. Conant Street Wet Utility Improvements (626)272.6940 Long Beach, CA 90808 674 City of Los Angeles Emergency Sewer Repair ggtgh Place and Sewer $61,081.45 2005 Iraj Mouffay- Azhali 200 N. Spring St. Beaudry (213) 485.5846 Los Angeles, CA 90012 W.O. SZC 1 1595 675 Andrew Papac & Sons, Inc. Bushnell Way 5600 Block & Redfield Ave. Pipe Bursting $100,916.52 2005 Andrew Papac 2030 Santa Anita Avenue 400 Black (626) 4434061 South El Monte, CA 91733 SZC11480 676 City of Los Angeles Rising Glen Drive Emergency Storm Drain Storm Dmin $65,300.13 2005 Iraj Mouffay- Azhali 200 N. Spring St. W.O. SZSI1359 (213) 485 -5846 Los Angeles, CA 90012 677 City of Los Angeles 10221 Sunset Blvd. Emergency Sewer Repairs Sewer 547,118.31 2005 Imj MoulPay -Azhali 200 N. Spring St. W.O. SWCOD492 (213) 485 -5846 Los Angeles, CA 90012 678 Los Angeles County 1965 Workman Mill Road Sewer $3,859.31 2005 Walter Akkerman Sanitation Districts (310) 830 -8050 1955 Workman Mill Rd. Whittier, CA 90601 -1415 679 City of Los Angeles Baywood Court Sewer Extension Sewer/Directional Drilling $1,138,714.37 2007 Chris Trinidad 200 N. Spring St. W.O. E-1000900 (213) 847 -8429 Los Angeles, CA 90012 680 City of Los Angeles Washington Blvd./Flower to Grand Sewedfmmel $2,707,300.00 Ongoing Wai Yip 200 N. Spring St. W.O. E2000267 (213) 485.5441 Los Angeles, CA 90012 681 City of L.os Angeles Quinton Lane (Near Marcus) Sewer $218,774.00 2006 Barbara Sherfey 200 N. Spring St. Sewer improvements (818) 374-4653 Los Angeles, CA 90012 W.O. Al I'- SZC11327 682 City of Los Angeles Belden Drive Emergency Stom Drain Storm Drain $108,496.57 2006 Imj Mouffay- Azhali 200 N. Spring St. W.O. SWC 11377 (213) 495 -5846 Los Angeles, CA 90012 683 Pity of Los Angeles ESR 41h St, Gertmde.Cummings, 2nd St. Sewer $69,726.36 2006 Imj Mouffay- Azhali 200 N. Spring St. W.O. SWC00522 (213) 485 -5846 1.05 Angeles, CA 90012 684 City of Los Angeles Meyler Upland Elberon Storm Dmin Storm Dmin $207,014.95 2007 Carlton Jones 200 N. Spring St. W.O. SZS11286 (310) 7324690 Los Angeles, CA 90012 685 City or Los Angeles Manchester Pumpiing Plant 601 Sewer $456,371.88 Ongoing Rafael Solorazano 20D N. Spring St. W.O. SWC00518 (213) 798 -8965 Los Angeles, CA 90012 0 0 MIKE PRLICH AND SONS, INC. (Completed within the last 9 years) JOB# ENTITY NAME PURPOSE OF CONTRACT TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON 686 City of Los Angeles Fries Emergency Sewer Repair Server $195,388.32 2006 Lynn Cummings 200 N. Spring St. W.O. SZC 11678 (310) 732.4693 Los Angeles, CA 90012 687 City of Costa Mesa Emergency Sewer Repair Sewer $70,506.17 2006 Terri Kries Orange County Sanitation Lemon Heights & Los Alamitos, Seal Beach (714) 9644775 P.O. Box 8127 Fountain Valley CA 92728 -8127 688 City of Yorba Linda Storm Drain & EOI P28 inlet Improv. Project Storm Drain $411,882.12 Ongoing Eric Schlichter 4845 Casa Loma Avenue (949) 655 -3900 Ext. 683 Yorba Linda, CA 92886 089 City of Orange Taft Ave. & Glassell St. Storm Drain Storm Drain $838,321.60 Ongoing Alan Truong 300 E Chapman Avenue Improvement (714) 744 -5569 Orange, CA 92966 690 City or Los Angeles Emergency Sewer Repair Sewer $82,398.13 2006 Imj Mouffay - Azhali 200 N. Spring $L 18th Stree/Dundea0ameslLmdacrest (213) 485 -5846 Los Angeles, CA 90012 692 Macon Yosemite Valley Sanitary Sewer Sewer $142,261.40 2006 Bob Morrow 49 -950 Jefferson St, C -20 Package No. YOSE 069463 (760) 564 -2536 India, CA 92001 693 City of Las Angeles Emergency Sewer Repair Vendome St. Sewer $122,311.74 2006 Imj Mouffay - Azhali 200 N. Spring St. SZC11687 (213) 485 -5846 Los Angeles, CA 90012 694 City of Garden Gmsre 10" Smver Repair at Garden Grove Blvd. Sewer $2,414.20 2006 Brent Hayes 11222 Acacia Parkway East of Knott (714) 741 -5395 Garden Grove, CA 92840 695 Orange County Sanitation FE06 -03 Plant 1 Primary Clarifier Pipeline Rep. Storm Drain $34,232.00 2006 Brian Bigam 10844 Ellis Ave. (714) 962 -2411 Fountain Valley, CA 927-_8 696 City of Los Angeles ESR - NOS Sinkhole at Rodeo Sewer $4,504,920.62 Ongoing John Basket 200 N. Spring SL SWC00630 (213)485.5864 Los Angeles, CA 90012 697 City of El Monte Bryant Road & Peck Road Pothole Utilities Pothole $7,735.05 2007 Cesar Roldan 11333 Valley Blvd. (626) 580 -2058 EI Monte, CA 91731 698 Orange County Sanitation Redhill & Winsor Tustin Emergency Sewer $36,098.37 2007 Raul Cuellar 10844 Ellis Ave. (714) 593.7828 Fountain Valley, CA 92728 699 Boeing Realty Corporation Boeing Realty Industrial Off Site Constr. Sewer & Storm Drain $23,837.58 2007 Eddie Silvery 4900 E. Conant Street (714) 751 -5557 Long Beach, CA 90808 700 LACSD Inglewood Trunk Sewer Sewer $100,00D.00 Ongoing Walter Ackerman 24501 S. Figueroa St Beach beetween Ellis & Hillsdale 31 OM30.8050 Carson, CA 90746 701 Orange County Sanitation Emergency Server Sinkholes Qa Sewer $100,000.00 Ongoing Terry Kris 10844 Ellis Ave. 10441 Randall, 10471 Randall, 10571 Meads (714) 593 -7348 Fountain Valley, CA 92728 0 0 MIKE PRLICFI AND SONS, INC. (Completed within the last 9 years) JOB# ENTITY NAME PURPOSE OF CONTRACT 702 City of Los Angeles Normandie Replacement Sewer 62 to 68 200 N. Spring St. W.O. SZC 11647 Los Angeles, CA 90012 703 City of Los Angeles Avenue 44 Stomt Drain Emergency Repl. 200 N. Spring St. Phase 11 Los Angeles, CA 90012 W.O. SZS11395 704 County of LADPW Barrier Water Supply Facilities Improvements P.O. Box 1460 FCC0000940 Alhambra, CA 91802 TOTAL TYPE OF PROJECT TOTAL COST YEAR CONTACT PERSON Sewer $3.959,517.00 Ongoing Storm Drain $100,000.00 Ongoing Edgar Mcrgado (213) 455 -0586 $645,10125 Ongoing Shaun Kilestrom (626) 458 -3139 $59,467,958.48 0 0 Key Personnel Mike Prlich and Sons Inc. Michael Prlich- President of Mike Prlich and Sons Inc. for past 9 years. Worked for Mike Prlich and Sons Partnership for 13 years Peter Serdarusich- Secretary Treasure -Office Manager responsible for estimating, accounting, and day -to -day operations. Has worked for Mike Prlich and Sons family for over forty-five years Gregg Alfrevgren- Office administrator in charge of Change Orders, Good Faith Effort Administration, and Safety Program. Work for MPS Inc for 5 years Milda Gandasetiawan- Book - keeper and Accountant. Worked for Colich and Sons for four year. Three years of employment by Mike Prlich and Son Inc. John Rojas- Superintendent worked for Colich and Sons for 25 years. Worked for MPS Inc. since 1999. Has completed various types of projects for MPS Inc. including waterlines, sewers, storm drains, grading, slip lining, etc. Has managed jobs for our following clients City of Los Angeles, Orange County Sanitation District, Los Angeles County Sanitation District, and City of Long Beach Mark Zaich- Superintendent for Mike Prlich and Sons Inc. since 1997, Worked for Matt Zaich Construction 1970 -87 as foreman operator, Mladen Buntich Construction 1990 -96 Has completed various types of projects including Box Storm Drain Construction, Culverts, Storm - ceptors, and tunnels. Has worked for the following agencies -Orange County Sanitation District, Midway Sanitary District, City of La Palma, Cal State Long Beach. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 NON - COLLUSION AFFIDAVIT State of California ) ss. County of WS ) ei MICHAEL A_ PRLICH being first duly sworn, deposes and says th he r she is PRFSIDFNJ of MIKE PRUrHANn�mc #,,, 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. 1 declare under penalty of perjury of the and co t. /f Bidder MIKE PRLICH AND SONS INC Subscribed and sworn to before me this Notary Public My Commission Expires: laws of the State of California that the foregoing is true MICHAEL A. PRLICH PRESIDENT Authorized Signature/Title 11 day of [SEAL] 2006. 0 0 State of California County of Los Angeles On %' 1q , 2007, before me, Gregg Arden Alfvegren, Notary Public personally appeared, Michael A. Prlich personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. GREGtARDEN AIFVEGREN s Cornn # 1492817 g •'� Notata . California Greg z en AlfvegrenOrnleaCounfy - May31.2008 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 DESIGNATION OF SURETIES MIKE PRLICHANDSONSIMCICHAEL A. PRLICH Bidders name PRESIDENT 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): lo!;vA"ce- '. M Wk - mosautice- 5 ssaoce-,s 51 L', "N �b2%*, ' 60DS . CS'BP� t_wAme42c ooh +45-45-Z) 14-h lib. �B P-TAV I A S%. Su i-T-- I ! 1 9z8L7 -W' l71(4) -57r.-123Z- 12 • r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN - RELOCATION CONTRACT NO. 3803 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name MIKE PRLICH ANDSONS INC. 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. 13 Current Record Record Record Record Record Year of for for for for for Record 2006 2005 2004 2003 2002 Total 2007 No, of contracts 3 /6 7,4 /s 7 L7 Total dollar Amount of Contracts (in �'d7 / 0�3� 61, p 4083 p X963 *So 2 300/rss Thousands of $ No. of fatalities D 0 O D O O No. of lost Workday Cases O O v Q Q No. of lost workday cases involving �} permanent transfer to l/ 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. 13 0 Legal Business Name of Bidder 0 MIKE PRLICH ANDSONS INC. Business Address: .Business Tel. No.: 9316 KL/NGERMAN ST. State Contractor's License NO. and 323.283 EL MONTE, CA -7632 FAA 626 -3530- -3195 Classification: UC# 760474 A Title _ The above information was compiled from time and 1 declare under penalty of perju within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title the records that are available to me at this ry that the information is true arid accurate MICHAEL A. PRLICH PRESIDENT If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. 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 of fewer than all of the partners/joint ventures if submitted 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 notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 ACKNOWLEDGEMENT OF ADDENDA Bidders name MIKE PRLIC14 ANDSONS INC. The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 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: MIKE PRLICH ANDSONS INC. Business Address: A 316 4' Lr1.1G Ef. rn e,06 `r-. &. Ec.. *1a&rjef CA 91733 Telephoneand Fax Number: TeA.CJ23)143 -7gS2. 'FAX (6u) 35a 3195 California State Contractor's License No. and Class: 766 474 (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: 3— 31-08 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: MICHAEL A. PRLICH PRESIDENT 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 MICHAEL A. PRLICH So. E` Kw—oa,CA 91737 PETER SERDARUSICH 9► Corporation organized under the laws of the State of 16 78Sy 283 7PSL 0 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; 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, explain. ' I (�J D 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 lahpc mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls,- etc.) ?Y No Are any claims or actions unresolved or outstanding? Y 1 No 17 0 0 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. {MICHAEL A. PRLICH PRESIDENT MIKE PRLICH & SONS INC. 9316 KLINGERMAN ST. SO. EL MONTE, CA 91733 323 - 283 -7852 FAX 626 - 350.3! Y! Bidder Subscribed and sworn to before me this (Print name of Owner or President of Corporation /Company) Authorized SignaturefTitle MICHAEL A. PRLICH Title ESI ENT Date 18 --I l at—o--7 day of 2006. [SEAL] 0 0 State of California County of Los Angeles i p On —7— i 2007, before me, Gregg Arden Alfvegren, Notary Pualic personally appeared, Michael A. Prlich personally known to me to be the person whOe name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. VRNVFY(Vt1Y FVtVtVN N Commtssbn 8 149281 _ e Notary Rdit - Cati" Loa AnWfes County { MyCanm BVkWMoy81.t= 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS LABOR AND MATERIALS PAYMENT BOND FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. lit!] 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 THIS AGREEMENT, entered into this _ day of , 2007, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Mike Prlich and Sons, Inc., a California Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 The work necessary for the completion of this contract consists of but not limited to distributing notices to affected residents, traffic control, removing interfering portions and abandoning in place existing sewer facilities, furnishing and installing force main and gravity sewer, sewer manholes; AC & PCC pavement removal and reconstruction and other incidental items of work to complete the project. Contract No. 3803 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, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Big Canyon Country Club Construction License Agreement, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3803, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all 20 0 0 activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Seventy-Four Thousand, Six Hundred Thirty -Three Dollars and 001100 ($274,633.00). 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. 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 Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 Mike Prlich and Sons, Inc. 9316 Klingerman Street South El Monte, CA 91733 323 - 283 -7852 626- 350 -3195 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A- and no smaller than-Financial Size Category Class VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City, Orange County Sanitation District, Big Canyon Country Club, Big Canyon Community Association and the Canyon Hills Community Association with original certificates of insurance and with original endorsements effecting coverage 21 0 0 required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $2,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $2,000,000.00 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. c) Workers' Compensation and Employers Liability: Workers' compensation limits shall be per the Workers' Compensation Act of the State of California for a minimum of $1,00,000, or such minimum limits as required by the Labor Code of the State of California and Employers Liability, whichever is greater. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, their officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0304 • 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City their officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, their officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects the City, their officers, officials, employees and volunteers. Any insurance or self - insurance maintained by the City, their officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, their officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against the City, their officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for the City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City and Orange County Sanitation District. 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 and Orange County Sanitation District may review and approve all insurance and bonds documentation. 23 0 5. Acts of God 0 Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and /or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, their officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify the City, their officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be +z! • • performed, and has correlated all relevant observations with the requirements of the Contract Documents. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. APPROVED AS TO FORM: r)4 Aaron C. Harp Assistant City Attorney 25 CITY OF NEWPORT BEACH A MIKE PRLICH AND SONS, INC. Title: SECCETi7 r¢EA.SV,eE,C Print Name: Akre A �,ep�bevsic�{ (Financial Officer) Title: Print Name: 0 ACORD CERTIFICATE OF LIABILITY INSURANCE TM. oso31so 7�) PRODUCER Phme. (626)294 -1009 Fax: 6264454521 M W R INSURANCE SERVICES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 51 E. HUNTINGTON DRIVE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ARCADIA CA 91006 ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL 1594880 08101107 06101106 INSURERS AFFORDING COVERAGE NAIC # en Lbp:O&9385T $ 3OD,000 Attention: SHAUNA LYN OYLER INSURED INSURER A: American Home Assurance Company MIKE PRLICH & SONS, INC. INSURER B: GRANITE STATE INSURANCE CO. _ 9316 KLINGERMAN AVENUE SO EL MONTE CA 91733 INSURER C: National Union Fire Insurance Co. Of PA $ 1,000,060 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SURANCE POLICY NUMBER P LICY EFFEMWE POLICY EXPIRATION LIMITS DATE MMIDDWY MTE WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE CITY OF NEWPORT LEACH BILITY 1594880 08101107 06101106 EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED PREMISES Eeuomee,ae $ 3OD,000 Attention: SHAUNA LYN OYLER Tara Marsha CIAL GENERAL LIABILITY IMS MADE OCCUR rA MED. EXP(My Me person) $ 5,000 PERSONAL 6 ADV)NJURY $ 1,000,060 GENERAL AGGREGATE $ 2,000,DDO ATE LIMIT APPLIES PER: PROWCTSCOMPIOP AGG. $ 2,000,000 PRO ECT OC AUTOMOBILE X LIABILITY ANY AUTO 1594164 06101107 08/01106 COMBINEDSINGLELIMIT (Fe ecciCere) $ 1,000,000 BODILY INJURY ALL OWNED AUTOS SCHEDULED AUTOS (Per person) $ B X X HIRED AUTOS NON -OWNED AUTOS q +•1 BODILY INJURY lPerawdeSU $ —'_" PROPERTY DAMAGE Per Pklervf $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHERTHAN EAACC $ ANY AUTO $ AUTO ONLY' AGG EXCESS I UMBRELLA LIABILITY BE3186116 08101107 08101108 EACH OCCURRENCE 4 3,000,000 X1 OCCUR I 1 CLAIMS MADE _ $ 3,000,000 AGGREGATE _ $ C _ $ DEDUCTIBLE X RETENTION $ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WCSTATU- 7.E. TORY UMIT8 E.L. EACH ACCIDENT $ ANY PROPRIETORPARTNER ECUTIVE E.L. DISEASE- EAEMPLOYEE S OFFICERINEMBER EXCLUDED? If m' dnolbe untln SPECIM PROVISIONS bebw E.L. DISEASE - POLICY LIMIT $ OTHER: DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTf SPECIAL PROVISIONS SEE SUPPLEMENTAL CERTIFICATE INFORMATION CERTIFICATE HOLDER CANCEI_L ATION _ ACORD 25 (2001!08) Certificate # 35053 0 ACORD CORPORATION 1989 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE CITY OF NEWPORT LEACH TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, PUBLIC WORKS SPECIALIST IT'S AGENTS OR REPRESENTATIVES. PUBLIC WORKS DEPT. AUTHORIZED REPRESENTATIVE 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92663 C"'�y�Vyy/,ar Attention: SHAUNA LYN OYLER Tara Marsha ACORD 25 (2001!08) Certificate # 35053 0 ACORD CORPORATION 1989 Cartl6cate # 35053 0 0 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 25-1; r2noirnsi THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT # This endorsement, effective 12:01 A.M. 08/01/07 forms a part of Policy No. 1594184 issued to MIKE PRLICH 8 SONS, INC. by GRANITE STATE INSURANCE CO. ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (PROFESSIONAL SERVICES EXCLUSION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section 11 - Liability Coverage, A. - Coverage, 1. - Who Is An Insured, is amended to add: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and /or limits of this policy, or 2. The coverage and /or limits required by said contract or agreement. Authorized Rapceeeatative 61710 (12/94) 0 ENDORSEMENT # P This endorsement, effective 12:01 A.M. 08/01/07 to 08/01/08 forms a part of Policy No. 1594880 issued to MIKE PRLICH AND SONS, INC. by American Home Assurance Company ADDITIONAL INSURED - PRIMARY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the following: However, coverage under this policy afforded to an additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. THE CITY OF NEWPORT BEACH, THEIR OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS ADDED AS ADDITIONAL INSURED. Authorized Representative 74434 (10/99) 0 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A. M. 08/01/07 forms part of Policy No. 1594880 issued to MIKE PRLICH AND SONS, INC. by American Home Assurance Company PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products- completed operations hazard: This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. Au haoxed Hmm.ntelive Page 1 of 1 90533(3/06) CERTHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 08 -03 -2007 GROUP: 000046 POLICY NUMBER: 0008816 -2007 CERTIFICATE ID: 145 CERTIFICATE EXPIRES: 01-01 -2008 01 -01- 2007101 -01 -2008 CITY OF NEWPORT BEACH PUBLIC WORKS DEPT SC JOB: #3803 - SUCK GULLY SEWER FORCE MAIN ATTN: SHAUNA LYN OYLER RELOCATION. 3300 NEWPORT BLVD NEWPORT BEACH CA 92663 -3816 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period Indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which It may pertain, the Insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. t ORIZED REPRESENTATI PRESIDENT r EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 2007 -08 -03 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT BEACH PUBLIC WORKS DEPT ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01 -01 -2002 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2007 -Oa -03 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH PUBLIC WORKS DEPT EMPLOYER MIKE PRLICH 8 SONS INC- 9316 KLINGERMAN ST SOUTH EL MONTE CA 91733 MEV.2 -051 I*i INDC,CS] PRINTED : 08 -03 -2007 Sc Fax #: . CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 8 -6 -07 Date Completed: 8 -10 -07 Dept. /Contact Received From: Shauna Oyler Sent to: Shauna Company /Person required to have certificate: By: April Walker Mike Prlich & Sons GENERAL LIABILITY A. INSURANCE COMPANY: American Home Assurance Company B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1 M or greater): What is limit provided? E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): [sit included? G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ® Yes ❑ No 2 mil aae/ I mil occ N Yes ❑ No ® Yes ❑ No ® Yes ❑ No ❑ Yes ® No NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Granite State Ins. Co. B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? 1 mil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No F. PRIMARY & NON- CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? NIA ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. • • III. WORKERS' COMPENSATION A. INSURANCE COMPANY: State Compensation Ins. Fund B. AM BEST RATING (A: VII or greater): Not rated C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® Yes ❑ No California Business Search Page I of I C_a I iorliva ; us�ule -ss Portal DISCLAI&IER: The information displayed here is current as of JUL 20, 2007 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation MIKE PRLICH & SONS, INC. Number: C2122164 Date Filed: 10/5/1998 Status: active Jurisdiction: California Address 9316 KLINGERMAN ST. SOUTH EL MONTE, CA 91733 Agent for Service of Process MICHAEL A PRLICH 9316 KLINGERMAN ST. SOUTH EL MONTE, CA 91733 Blank fields indicate the information is not contained in the computer tile. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http:// kepler. ss. ca. gov/ corpdata /ShowAilList ?QueryCorpNumber =C2 ] 22164 &printer =yes 07/25/2007 0 • License Detail License Detail Contractor License # 760474 Page 1 of 3 4 { `tey � Rip N CALIFORNIA_ CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 07/25/2007 * * * Business Information * * * MIKE PRLICH & SONS INC 9316 KLINGERMAN AVENUE EL MONTE, CA 91733 Business Phone Number: (323) 283 -2852 Entity: Corporation Issue Date: 03/16/1999 Expire Date: 03/31/2009 * * * License Status * * * This license is current and active. All information below should be reviewed. http: /hvww2.csib.ca.gov /CSLB LIBRARY /License- Detai1.asp 07/25/2007 • License Detail * * * Classifications * * * Kiiis i Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number 8085885 in the amount of $12,500 with the bonding company FIDELITY AND DEPOSIT COMPANY OF MARYLAND. Effective Date: 01/01/2007 Contractor's BondingHist_ory BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) MICHAEL ANTHONY PRLICH certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 0311611999 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 046- 0008816 Effective Date: 01/01/2000 Expire Date: 01/0112008 Workers Compensation__History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List other Licenses http: //www2.csib.ca.aov /CSLB LIBRARY /License+Detail.asp 07/25/2007 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BUCK GULLY SEWER FORCE MAIN RELOCATION CONTRACT NO. 3803 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 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. 3803 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wft: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization, Demobilization and Cleanup //jj �� @ Tjl47!d4,Ax- Dollars IV and /XD Cents Lump Sum 2. Lump Sum Traffic Control @ awzj � Dollars and /Zo. Cents Lump Sum 3. Lump Sum Remove Interfering Portions of Existing 6" Force Main and Join with Fittings, Incl. Trenching, Bedding Backfilling, Subgrade Preparation & PCC Pavement Resurfacing Dollars and Ao. Cents Per Lump Sum CONTRACT NO. 3803 PROPOSAL 1 OF 5 r, Q 5. A a 0 586 L.F. Furnish /Install 6" Yelomine PVC Pipe With Restrained Joints & Fittings Inch Trenching, Bedding Backfilling, Subgrade Preparation & PCC Pavement Resurfacing Per Typical Section A @�12�kollars and �• Cents $ 16,2 $ q4 93.2, 0.0 Per Lineal Foot 232 L.F. Furnish/install 6" Yelomine PVC Pipe With Restrained Joints & Fittings Incl. Trenching, Bedding Backfilling, Subgrade Preparation & AC Pavement Resurfacing Per Typical Section B @J4eyZ Il la s and 0 � eIld. Cents $� $ 37 � D Per Lineal Foot 111 L.F. Furnish/Install 8" VCP (XS) Sewer Pipe Incl. Trenching, Bedding Backfilling, Subgrade Preparation & PCC Pavement Resurfacing Per Typical Section A and @ �i12�4�ti'e2'd Do la s /JLd Cents $ �i % �o $ l 7�a7 d o Per Lineal Foot 120 L.F. Furnish/Install 8" VCP (XS) Sewer Pipe Incl. Trenching, Bedding Backfilling, Subgrade Preparation & AC Pavement Resurfacing Per Typical Section C @'VZe�<^•""`7 Dollars and Ad, Cents Per Lineal Foot 185 L.F. Furnish /Install 8" VCP (XS) Sewer Pipe Incl. Trenching, Bedding Backfilling, - Subgrade Preparation with AC Cap & PCC Sub - Pavement Resurfacing Per Typical Sectiocn -D @7wp�ul�a Dollars and Cents $ Per Lineal Foot CONTRACT NO. 3803 $O,2goo, da 3737e oo PROPOSAL 2 OF 5 9. ITU 11 0 Cl 2 EA. Furnish /Install 6" RW Gate Valve (FExFE) Including Riser &, Cover & Thrust Block Per Std -508 -1- & Std -511 -L @ Dollars and D'a Al d. Cents $ DD, Per Each 4 EA. Furnish/Install 48 -Inch Dia Manhole per CNB Std-401-1- 6VY , 4 Dollars and 4&0- Cents $3 5- Per Each 1 EA. Furnish/install 60 -Inch Dia Drop Manhole per CNB Std -403 -1- �/A1PQii(71L/llD Dollars and Cents Per Each 12. Lump Sum Plug & Abandon Existing 6" PVC Force Main 13. 14. @ �%Ze- GCOUGds+ -� Dollars and lKV. Cents Per Lump Sum Lump Sum Remove and Reconstruct Interfering PCC Cross Gutter To Match Existing Grades & Dimensions @NSxs�c�2- Dollars and Cents Per Lump Sum Lump Sum Construction Surveying @j2 D m la and Cents Per Lump Sum $ /sDD,aa $ IVeo, DO $ 7�4ia0, o0 CONTRACT NO. 3803 PROPOSAL 3 OF 5 15. Lump Sum Install /Replace Traffic Signal Loop Detectors on Poppy Avenue d vILmjw�Dollars lKo and Cents Per Lump Sum 16, Lump Sum Thermoplastic Striping and Legend Removal and Replacement @ Dollars and '• Cents Per Lump Sum 17, Lump Sum Trench Excavation Safety Measures and Implementation @ 1h drnekaaveA Dollars and Cents Per Lump Sum 18. Lump Sum Prepare Redline As -Built Plans @ lfa� Dollars tj and /lLO, Cents Per Lump Sum $ i�oo ee $ Sib Da $ 6-m. do Subtotal Price Items 1 - 18 (Figures) CONTRACT NO. 3803 PROPOSAL 4 OF 5 �4- • TOTAL PROJECT TOTAL PRICE IN WRITTEN WORDS ' and V�o C" Cents 0 ) $ 271, 6 33, 00 Total Price Items 1 - 18 The award of the contact, if made, will be to the lowest responsible bidder as determined solely by the City using the total price bid for items 1 through 18 inclusive. MIKE PRLICH AND SONS INC. % -ZS -p:z Date Bidder MICHAEL A. PRLICH °jl: ( 23) 283 ^7852- FAQ 42C 352)-, ?5- PRESIDENT Bidder's Telephone & Fax Ru ers Bidder's Authorized Signature and Title 7b047-4 -- A 93r(,o V)(j&62ma+J Sm. Bidder's License No(s). Bidder's Address 50. ELMcI 'ic M91733 and Classification(s) See Section 500 -1.1.2 For Required Bid Submittals CONTRACT NO. 3803 PROPOSAL 5OF5 MIKE PRLICH & SONS, INC. 93161CIingerman Street South El Monte, California 91733 Tel: (323) 283 -7852 LIC.#760474 RESOLUTION BY THE BOARD OF DIRECTORS OF MIKE PRLICH AND SONS, INC. WHEREAS, The undersigned being all of the directors (or a majority) of the above -named corporation, hereby individually and collectively consent to the following resolution: RESOLVED, That any one or more of the following officers of this Corporation is hereby authorized to enter into any contract or execute any instrument in the name of and on behalf of the corporation. Such power is general MICHAEL A. PRLICH - PRESIDENT PETER A. SERDARUSICH - SECRETARY /TREASURER & CHIEF FINANCIAL OFFICER RESOLVED FUTHER, That any of the above officers of this Corporation is hereby authorized to execute any documents or instrument on behalf of the Corporation. The undersigned, being all of the directors (or a majority) of this Corporation, hereby adopt'. and consent to the foregoing resolution in lieu of a meeting. DATED h 1, 1999 rer' I hereby certify that this is a true copy of the original document. • • 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BUCK GULLY SEWER MAIN RELOCATION CONTRACT NO. 3803 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.2 Survey Service 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 -1.14 Inspection and Testing SECTION 5 UTILITIES 5 -1 LOCATION 5 -2 PROTECTION SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -2 PROSECUTION OF WORK 6-7 TIME OF COMPLETION 6 -7.1 Generai 6 -7.2 Working Days 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 4 4 4 4 • • 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES 0 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 7 -8.9 Sewer Flow Bypass 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 7 7 -10.7 Notice to Residents 7 7 -15 CONTRACTOR'S LICENSES 8 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 12 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 12 201 -1 PORTLAND CEMENT CONCRETE 12 201 -1.1.2 Concrete Specified by Class 12 201 -2 REINFORCEMENT FOR CONCRETE 12 201 -2.2.1 Reinforcing Steel 12 207 -17 PVC PLASTIC PIPE 12 207 -17 Yelomine PVC Pipe With Restrained Joints 12 and Fittings (CL150) 0 0 SECTION 300 EARTHWORK 13 300 -1 CLEARING AND GRUBBING 13 300 -1.3 Removal and Disposal of Materials 13 300 -1.3.1 General 13 300 -1.3.2 Requirements 13 300 -1.5 Solid Waste Diversion 13 SECTION 302 ROADWAY SURFACING 13 302 -5 ASPHALT CONCRETE PAVEMENT 13 302 -5.1 General 13 302 -5.4 Tack Coat 13 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 14 302 -6.6 Curing 14 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 14 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303 -5.1 Requirements 14 303 -5.1.1 General 14 303 -5.4 Joints 14 303 -5.41 General 14 303 -5.5 Finishing 14 303 -5.5.1 General 14 303 -5.5.2 Curb 14 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 15 307 -4 TRAFFIC SIGNAL CONSTRUCTION 15 307 -4.9.3 Inductive Loops 15 SECTION 310 PAINTING 15 310 -5 PAINTING VARIOUS SURFACES 15 310 -5.6 Painting Traffic Striping, Pavement Markings and Curb Markings 15 310 -5.6.6 Preparation of Existing Surfaces 15 310 -5.6.7 Layout, Alignment, and Spotting 15 310 -5.6.8 Application of Paint 15 SECTION 312 PAVEMENT MARKER REPLACEMENT AND REMOVAL 16 312 -1 PLACEMENT 16 • • PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIAL 400 -2.1 General 400 -2.1.1 Requirements 16 16 16 16 • • SP 1 OF 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS j'111 rer CONTRACT NO. 3803 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Project No. S- 5214 -S); (3) the City's (2004 edition), including Supplements; (4) Standard Specifications for Public Works Construction 'Greenbook" (2003 edition), including supplements. 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 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of but not limited to distributing notices to affected residents, traffic control, removing interfering portions and abandoning in place existing sewer facilities, furnishing and installing force main and gravity sewer, sewer manholes; AC & PCC pavement removal and reconstruction and other incidental items of work to complete the project. All construction for the work shall reference these special provisions, the Standard Specifications and all contract related documents." 2 -9 SURVEYING 2 -9.2 Survey Service. Add to this section: "The Contractor shall employ a California Licensed Land Surveyor and shall utilize /follow the survey control records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Kelsurveys, Inc, Costa Mesa. CA, and may be contacted at Ph: (714) 708 -3301; Fx: (714) 708 -3318. At a minimum, two (2) sets of grade staking for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. • • SP2OF16 All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work, as well as filing of Corner Records or Record of Survey, if required." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Engineer or Licensed Surveyor shall also file the required 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 ............. ............................... 20 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. This Section only applies to work in excess of the estimated quantities shown in the Proposal." 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 0 • SP3OF16 the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. 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 re- testing due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following: "Prior to any Construction, the Contractor shall verify all existing utilities and is required to locate existing utilities, by potholing, prior to any Construction. Potholing information will be given to the City prior to any Work. 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." 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 (5) 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 reschedule 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 he has exerted extra effort to meet its original schedule and has demonstrated that it will be able to maintain its approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from its overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job. The term "Work" as used herein shall include all removals, reconstruction, adjustments, installation, and replacements. i • SP4OF16 6 -2 PROSECUTION OF WORK. Add to this section: "The Contractor shall phase work so that the intended work is prosecuted so that inconvenience to property owners and the general public is minimized." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 60 consecutive calendar days, including material and pipe delivery, starting from the date in the "Notice to Proceed" exclusive of any maintenance periods. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King, Jr. 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 in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday 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. Should the Contractor elect to work later than 4:30 p.m and up to 6:30 p.m. weekdays or between 8:00 a.m. and 6:00 p.m. Saturday, he must first obtain special permission from the Engineer. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period, except in emergencies involving immediate hazard to persons or property. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Denial of such request(s) will not be sufficient reason to grant the Contractor an extension of time. Additionally, the Contractor shall pay for inspection costs of $50.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the 60 consecutive calendar days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from monies due it, the daily sum of $500.00." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $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. 0 • SP5OF16 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 the City's water, he shall arrange for a meter and tender a $750 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." 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 storm drain facility, catch basin, pond or lake." 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: a. No placement of construction materials where they could enter marine waters. 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 sawcutting. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the golf course, adjacent storm drains and streets for compliance. Failure of the Contractor to follow the BMP plan will result in immediate cleanup by City Forces and the back charging of the Contractor for all costs plus 15 percent. 7 -8.9 Sewer Flow Bypass. The City will be responsible for sewer bypassing required for this project. The Contractor shall allow 10 working days to schedule the bypassing with the City staff. 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, 1996 Edition) published by Building News, Inc. Pedestrian access within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide access that maybe be impacted • • SP6OF16 by construction operations during 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 areas of work. Such measures shall be shown on 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 be stored in streets, roads, sidewalk with prior approval of the Engineer. Prior to move -in, the Contractor shall take photos of the proposed laydown (staging) areas and provide one set to the City. The Contractor shall restore the laydown (staging) areas to their pre- construction or better condition. The Engineer may require new base, pavement or curb if the pavement or curb condition has been compromised during construction at no additional cost to the City." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 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. Lane Closures on East Coast Highway are allowed from 8:30 a.m. to 4:00 p.m. 7 -10.4 Public 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 will not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. • • SP7OF16 The Contractor shall submit to the City for acceptance, in advance of any excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of any pit, trench or trenches 5 -feet or more in depth. The plan shall be prepared by a registered civil or structural engineer licensed in the State of California. As part of the plan, a note shall be included stating that the registered civil or structural engineer certifies that the plan complies with CAL -OSHA Construction Safety Orders, or that the registered civil or structural engineer certifies that the plan is not less effective than the shoring, bracing, sloping, or other provisions of the Safety Orders. The detailed plan showing the design of shoring, etc., which the Contractor is required to submit to the City for acceptance in advance of excavation will not be accepted by the City if the plan is based on subsurface conditions which are more favorable than those revealed by the investigations made by the City or the Engineer or their consultants; nor will the plan be accepted if it is based on soils - related design criteria which is less restrictive than the criteria set forth in the report on the aforesaid investigations of subsurface conditions. The detailed plan showing the design of shoring, etc, shall include surcharge loads for nearby embankments and structures, for spoil banks, and for construction equipment and other construction loading. The plan shall indicate for all trench conditions the minimum horizontal distances from the side of the trench to its top to the near side of the surcharge loads. Nothing contained in this section shall be construed as relieving the Contractor of the full responsibility for providing shoring, bracing, sloping, or other provisions which are adequate for worker protection." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 48 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least Forty -eight (48) 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 similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. 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 (10) working days prior to starting work, the Contractor shall deliver a tri -fold notice to the residents describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight (48) hours before restricting vehicular or pedestrian access to garages, parking spaces, sidewalks, etc., the Contractor shall distribute to affected residents a written notice stating when construction operations will start and approximately when vehicular and • • SP 8 OF 16 pedestrian accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of god, strikes or other alterations of the schedule will require re- notification using an explanatory letter furnished by the Engineer and delivered by the Contractor. The Contractor shall provide all residents and businesses impacted by any utility shutdown written notice twice; once three (3) days in advance and once twenty -four (24) hours in advance of any service interruption. The City will review and approve the notification format prior to the Contractor's distribution. The Contractor shall submit the notice to the Engineer at lest five (5) working days prior to distribution for approval. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS 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 so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified 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 (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposed shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the 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. Demobilization and Cleanup: Work under this item shall include all mobilization and demobilization, preparation and scheduling of materials, labor and equipment as necessary to complete the work under this contract. • 0 SP9OF16 Item No. 2 Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all other costs incurred in notifying the residents. The Contractor shall implement traffic control drawings prepared by a Traffic Engineer licensed in the State of California and submitted to the Engineer for approval prior to beginning work and shall include but not limited to, preparation of project related traffic control plans, signs, cones, barricades, safety fence, flashing arrow sign, K -rail, striping, flag men and all other work necessary to comply with the WATCH manual, latest edition, City of Newport Beach requirements and all Caltrans uniform traffic control devices. Item No. 3 Remove Interfering Portions of Existing Force Main and Join with Fittings, Including. trenching, Bedding. Backfilling, Subgrade Preparation & PCC Pavement Resurfacing: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, existing pipe removals, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, dewatering pipelines, making connections to new force main with appropriate fittings, backfilling, compaction, disposal of excess excavated materials, compaction and replacement of all permanent surfacing improvements to match existing improvements, and all other work necessary to construct the sewer improvements complete and in place. Item No. 4 Furnish and Install 6" Yelomine PVC Pipe (CL 150) with Restrained Joints and Fittings. Including Trenching, Bedding, Backfilling, Subgrade Preparation. & PCC Pavement Resurfacing per Typical Section A. Work under this item includes, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing pipe material and fittings, backfill, compaction, removal and disposal of interfering portions of existing sewer and /or water pipelines, resurfacing, disposal of excess excavated materials, post installation CCTV inspection, providing all necessary equipment, tools, materials, and subgrade preparation, subgrade compaction, placement of PCC (minimum 8" thick), pavement dowels, and all other work necessary to complete the work in place. Item No. 5 Furnish and Install 6" Yelomine PVC Pipe (CL150) with Restrained Joints and Fittings, Including Trenching. Bedding, Backfilling, Subgrade Preparation. & AC Pavement Resurfacing per Typical Section B. Work under this item includes, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing pipe material and fittings, backfill, compaction, removal and disposal of interfering portions of existing sewer and /or water pipelines, resurfacing, disposal of excess excavated materials, post installation CCTV inspection, providing all necessary equipment, tools, materials, and subgrade preparation, subgrade compaction, tack coat, placement of AC (minimum 6" thick but not less than 1" thicker than existing adjacent AC section), and all other work necessary to complete the work in place. Item No. 6 Furnish and Install 8" VCP Extra Strength Sewer Pipe, Including Trenching, Bedding, Backfilling, Subgrade Preparation, & PCC Pavement Resurfacing • • SP 10 OF 16 per Typical Section A. Work under this item includes, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing pipe material and fittings, backfill, compaction, removal and disposal of interfering portions of existing sewer and /or water pipelines, resurfacing, disposal of excess excavated materials, post installation CCTV inspection, providing all necessary equipment, tools, materials, and subgrade preparation, subgrade compaction, tack coat, placement of AC (minimum 6" thick but not less than 1" thicker than existing adjacent AC section), and all other work necessary to complete the work in place. Item No. 7 Furnish and Install 8° VCP Extra Strength Sewer Pipe, Including Trenching, Bedding, Backfilling, Subgrade Preparation, & AC Pavement Resurfacing per Tvpical Section C. Work under this item includes, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and PCC & AC pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing pipe material and fittings, backfill, compaction, removal and disposal of interfering portions of existing sewer and /or water pipelines, resurfacing, disposal of excess excavated materials, post installation CCTV inspection, providing all necessary equipment, tools, materials, and subgrade preparation, subgrade compaction, tack coat, placement of AC (minimum 6" thick but not less than 1" thicker than existing adjacent AC section), and all other work necessary to complete the work in place. Item No. 8 Furnish and Install 8" VCP Extra Strength Sewer Pipe, Including Trenching, Bedding, Backfilling, Sub-grade Preparation. & AC Pavement Resurfacing per Typical Section D. Work under this item includes, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and PCC & AC pavement removal and disposal, AC and /or PCC grinding, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing pipe material and fittings, backfill, compaction, removal and disposal of interfering portions of existing sewer and /or water pipelines, resurfacing, disposal of excess excavated materials, post installation CCTV inspection, providing all necessary equipment, tools, materials, and subgrade preparation, subgrade compaction, tack coat, placement of AC (minimum 8" thick plus AC Cap to match existing), and all other work necessary to complete the work in place. Item No. 9 Furnish and Install 6" RW Gate Valve, Including Riser, Cover and Thrust Block: Work under this item shall include, but not be limited to, exposing utilities in advance of the work, excavation, sawcutting and pavement removal and disposal, temporary patching or plating, bypassing of sewer flow as required, control of ground or surface water, furnishing and installing valve and related materials, backfill, compaction, disposal of excess excavated materials, and all other work necessary to complete the work described in place. Item No. 10 Furnish /Install 48 -Inch Diameter Manhole per CNB Std - 401 -L: Work under this item shall include furnishing and installing all materials, removing and disposing of existing improvements, exposing existing utilities in advance of work, temporary bypassing of existing sewer main & laterals (if necessary), excavation, • • SP 11 OF 16 temporary patching or plating, control of ground and /or surface water, disposal of excess excavated materials, backfilling and compaction, furnishing and installing all materials, all required material testing, post - installation CCTV inspection, and all other work necessary to install the manhole complete in place. Item No. 11 Furnish /Install 60 -Inch Diameter Drop Manhole per CNB Std - 403 -L: Work under this item shall include furnishing and installing all materials, removing and disposing of existing improvements, exposing existing utilities in advance of work, temporary bypassing of existing sewer main & laterals (if necessary), excavation, temporary patching or plating, control of ground and /or surface water, disposal of excess excavated materials, furnishing & installing drop manhole system, backfilling and compaction, all materials, all required material testing, post - installation CCTV inspection, and all other work necessary to install the manhole system complete in place. Item No. 12 Plug and Abandon Existing 6" PVC Force Main: Work under this item shall include all work necessary to plug and abandon the existing sewer in place. Item No. 13 Remove and Reconstruct Interfering PCC Cross Gutter (to Match Existing): Work under this item shall include but not be limited to, topographic survey and as- builting of pre - project conditions for grade control on existing concrete flowlines, joins, edges, grade breaks and other critical areas to provide for a basis for reconstruction of cross gutter, sawcutting, removing and disposing of interfering portions of existing FCC cross gutter, subgrade compaction, construction of new FCC cross gutter to match existing conditions and join points, repairing of adjacent damaged improvements (caused by Contractor's demolition and construction operations), and all other work necessary to construct the work in place. Item No. 14 Construction Surveying: Work under this item shall include establishing survey controls, construction staking, and all other work items as required to complete the work in place. Item No. 15 Install and Replace Traffic Signal Loop Detectors on Poppy Avenue: Work under this item shall include but not be limited to, locating and identifying existing traffic signal loops home runs to associated pull boxes within the work area. Contractor shall notify and coordinate with the Engineer or City representative to schedule disconnection and traffic signal controller adjustments to accommodate temporary loop or other signal operation interruption. No modifications or interruptions to signal operations shall be conducted without a City representative present. Compensation shall include all labor, materials, equipment, and scheduling & coordination efforts necessary to provide the work described herein, and elsewhere in the project specifications and as indicated on the plans. Item No. 16 Thermo Plastic Pavement Striping and Legend Removal and Replacement: Work under this item shall include removing existing pavement striping and markings and/or legends by sandblasting, installing traffic striping, pavement markings (including fire hydrant markers), raised pavement markers, legends, and all other work items as required to complete the work in place. • • SP 12 OF 16 Item No. 17 Trench Excavation Safety Measures Implementation: Work under this item shall include but not be limited to submitting a detailed plan to the engineer prior to excavating any trench greater than five feet in depth per the project specifications and implementation of the required shoring and bracing to complete the work in place. Item No. 18 Prepare As -Built Plans: Work under this item shall include providing one set of redlined prints reflecting any changes made during construction. Redline Plans shall be kept clean, fully legible, up to date, and provided to the Engineer prior to request for payment for said work. 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 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: `Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: `Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 207 -17 PVC PLASTIC PIPE 207 -17 YELOMINE PVC PIPE WITH RESTRAINED JOINTS AND FITTINGS (CL 150) 207 -17.1 General. Add to this section: "All pipe and couplings shall have a minimum SDR (Standard Dimension Ratio) of 17 yielding a pressure rating of a minimum 200 psi. The pipe shall be Certa -Lok Yelomine restrained joint PVC Pressure Pipe and Fittings as manufactured by Certainteed Corporation. All piping clearly marked with the name of the manufacturer, size and type. Fittings and joints shall be permanent Certa -Lok Joints. A PVC pipe cutter and grove maker shall be used when making field cuts as described by the manufacturers recommendations." 0 PART 3 CONSTRUCTION METHODS SECTION 300- -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials • SP 13 OF 16 300 -1.3.1 General. Add to this section: `The work shall be done in accordance with Section 300 -1.3.2 except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each work day." 300 -1.3.2 Requirements. (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with, "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words "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 which 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. SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: 'The asphalt concrete (A.C.) used for surface caps shall be III -C3 -AR -4000. The A.C. for base course shall be Ill -B2 -AR -4000. All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot - applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top 1 2 inches of asphalt shall be placed in a separate lift. Holes, spalls, and cracks • 0 SP 14 OF 16 greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until PCC has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer. Concrete shall be minimum 3250 psi at 28 Days." 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, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured PCC improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi. All concrete shall be minimum 3250 psi at 28 Days." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make sawcuts parallel to the centerline of the street, to the limits shown on the plan or as otherwise directed by the Engineer. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: 'The Contractor shall patch back A.C. and P.C.C. within private property where necessary or where directed by the Engineer, in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The • • SP 15 OF 16 Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled 'V-X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 - 3402." SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNALS 3074 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -5B and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be spray -able reflectorized thermoplastic. The spray -able reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. W 4W SP 16 OF 16 If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400- -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor may use crushed aggregate base or crushed miscellaneous base as base materials." Aug 14 2007 14:53 I HWASERJET FAX I rV IKE PRLICH fir .SONS, INC. 93161C1ingerninn Street South E1 A4onte, Califomia 91733 Tel: (323) 2£Ci -?952 LIC.N760474 RESOLUTION BY THE BOARD OF DIRECTORS or MIKE PRLICH AND SONS, INC. p. 1 WHEREAS, The Undersigned being all of the directors (or a majority) of the t above -named corporation; hereby individually and collectively ,consent to the following .resolution: RESOLVED, Tliat any one or more of the following officers of thjs Corporation is hereby aI'thorized to enter into any contract or execute anyh nstrument in the name of an:,on behalf of the corporation. ;Such power is general MICHAEL A. PRLICH'- PRESIDENT is P(TER A. SEROARUSICH - :SECRETARWTREASURER CHIEF FINANCIAL OFFICER I RESOLVED FU 1EIt, That any of the above officers of this Corporation is hereby authorized t ) t:xecute airy documents or instrument on behalf of:1the Corporation. The undersiy ed, befnS7 all of the directars (or a majority) of :!this Corporation, hereby adopt and copsent to the foregoing resolution in lieu 0.$ a meeting. DATED: I•ra h 1 i 1999 CL ; . i r,Ue. "?. _ DJ rector % . 1 hereby Certify thaf this is a t4ue copy of' the >urer original 'document. t t