HomeMy WebLinkAboutC-5152 - Balboa Boulevard and Channel Road Pavement ReconstructionCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani I. Brown, MMC
July 28, 2014
Nobest, Inc.
7600 Acacia Avenue
Garden Grove, CA 92841
Subject: Balboa Blvd. & Channel Rd. Pavement Reconstruction — C-5152
Dear Nobest, Inc.:
On July 23, 2013 the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 65 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on July
30, 2013. Reference No. 2013000454650. The Surety for the contract is
Merchants Bonding Company and the bond number is CAC100110. Enclosed is
the Faithful Performance Bond.
Sincerely,
t�%*—
Leilani I. Brown, MMC
City Clerk
Enclosure
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov
This bond was executed in two(2) PREMIUM IS FOR CONTRACT TERM
AND IS SUBJECT TO ADNSTMENT
identical counterparts. BASED ON FINAL CONTRACT PRICE.
City of Newport Beach
BALBOA BOULEVARD AND CHANNEL ROAD
PAVEMENT RECONSTRUCTION
Contract No. 5952
BOND NO. CACzooiio
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 15, 250. 00
being at the rate of $ 2 s. o o i 15 a o i l o. o o 12e3 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Nobest Incorporated, hereinafter designated as the "Principal", a contract for
construction of BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT
RECONSTRUCTION, Contract No. 5152 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. 5152 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Merchants Bonding company (Mutual)
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
Beads, in the sum of One Million, One Hundred Seventy -Five Thousand and 00/100 Dollars
($1,175,000.00) 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 faits 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.
31
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
Surety above named, on the 15th day of February , 2013.
Nobest Incorporated
Nobest Incorporated (Principal)
Merchants Bonding Company (Mutual)
Name of Surety
2100 Fleur Drive
Des Moines, IA 50321
Address of Surety
(800) 678-8171
Telephone
Arturo Ayala. Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
32
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Orange
On February 15, 2013 before me, Ray E. Anderson/Notary Public
(Here insert name and title of the officer)
personally appeared Larry Nodland
who proved to me on the basis of satisfactory evidence to be the personl4whose name�s%f°is/�subscribed to
the within instrument and acknowledged to me that he( di wexecuted the same in his/bjer*eYauthorized
capacityW, and that by hisWffieYsignature on the instrument the personX, or the entity upon behalf of
which the person acted, executed the instrument.
I certify -under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct. — --
my hand and official seal.
of Notary Public
KAY E. ATIMSON
COMM. #1852452 0
QNOTARY ORAN EC -CALIFORNIA n
ORANGE COUNTY
(110% _ My Comm. Expirerlune 13. 2013
(Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
,,(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages _ Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
181
Corporate Officer
President
(Tine)
❑
Par(ner(s)
❑
Attorney -in -Fact
❑
Trustee(s)
❑
Other
2108 Version CAPA v12.10.07 800.873-9865 www.NetaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknoeledgment completed in California must contain verbiage exactly as
appears above in the notary seclion or a separate acbmnvledgment form must be
properly completed and attached to that document The only exception is if a
document is to be recorded outside of Califomia In such hulaaes, any alternative
acknowledgment verbiage ar may be printed on such a document so long as the
verbiage does not require the rotary to do something that is illegal far a rotary in
California ft -e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach thisfam ]required
• State and County information must be the Stare and County where the document
signer(s) personally appeared before the notary public for acknowledgment
• Date of notarization must be the date that the signer(s) personally appeared which
most also be the same date the acknowledgment Is completed.
• The notary public most print his or her name as it appears within his or her
commission followed by a comma and then you title (notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization
• Indican the correct singular or plural forms by crossing on' incorrect forms (i.e.
he/shef#wjy, is /are) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must he clear and photographically reproducible.
Impression must not cover text or tines. If seal impression smudges, reseal if a
suffctent area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
h Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
} Indicate title or type of attached document, number of pages and date.
3 Indicate rhe capacity claimed by the signer. If the claimed capacity is a
corporate officer, indican the title (Le. CEO, CFO, Secretary).
• Securely attach this document to the signed document
ACKNOWLEDGMENT
YYYYYYYYYYYYYYYYYYYiYYYYROYYYYYYYYYYYYYYYYYYYOYYAN.YYYYYY. Y YYYYYYY1Y11YY YYYF YYYI
State of Calffornia
County of
ss.
On before me, Notary
Public, personally appeared
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their sfgna res(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) ac d, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
.YYYYYYYYYY. Yrlp YI aYY YYY1111YYYY YY 11 it YYY mamma
Date of Document
Type or Title of Document
Number of Pages In Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with
Paper identification
Credible Witness(es)
Capacity of Signer:
_ Trustee
Power of Att(
CEO/CFO/
President / V
Other:
Other
OPTIONAL
Identification
/ Secretary I Treasurer
33
(seal)
YYY.YYYYYYYYY YYY YYYYYYYYYY Y YYYYYY.I
Thumbprint of Signer
0 Check here If
no thumbprint
or f ngerprint
Is available.
ACKNOWLEDGMENT
YYYYYYY Y11MMMI YY....... MAMMA Y ................ YYYY YYYYYYY YYY...... m mous YYYY\.Omni
State of California
County of orange } ss.
On 2/15/13 before me, Susan Pugh Notary
Public, personally appeared Arturo Ayala
proved to me on the basis of satisfactory evidence to be the person(s) whose name(sj is/are
subscribed to the within instrument and acknowledgedto me that he/std executed the
same in his/herAWR authorized capacity", and that by his/herilbolk signature*) on the
Instrument the person(s), or the entity upon behalf of which the person(5) acted, executed the
instrument.
i certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
(ice r
Signature Susan Pug
(seal)
.......Y MaNAMNS.........YYY ........ Y .................... Nam....... Von...tYYYYYI
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a f=oreign Language
OPTIONAL INFORMATION
2/15/13 Thumbprint of Signer
Faithful Performance Bond
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
_
CEO/CFO/COO
President f Vice -President / Secretary / Treasurer
x Other: Attorney -In -Fact _
Other
M
Check We If
no thumbprint
or fingerprint
Is available.
SUSAN PUGN
COMM.#1934229 mNotary
104
Public-CaliforniaORANGE
COUNTYy
Corhn Expires Apr 29,2015
(seal)
.......Y MaNAMNS.........YYY ........ Y .................... Nam....... Von...tYYYYYI
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a f=oreign Language
OPTIONAL INFORMATION
2/15/13 Thumbprint of Signer
Faithful Performance Bond
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
_
CEO/CFO/COO
President f Vice -President / Secretary / Treasurer
x Other: Attorney -In -Fact _
Other
M
Check We If
no thumbprint
or fingerprint
Is available.
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
teilani I. Brown, MMC
October 7, 2013
Nobest. Inc.
7600 Acacia Avenue
Garden Grove, CA 92841
Subject: Balboa Blvd. & Channel Rd. Pavement Reconstruction - C-5152
Dear Nobest, Inc.:
On July 23, 2013, the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 65 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
July 30, 2013, Reference No. 2013000454650. The Surety for the bond is
Merchants Bonding Company and the bond number is CAC100110. Enclosed is
the Labor & Materials Payment Bond.
Sincerely,
4'4� � �K�
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.newportbeachea.gov
ERM
AIBD IS STM FOR TDAIDUST On
- A£IIJlS SC�BIBCT TO AD7U3TMENf
BASED ON RNAL CONTRACT PRICE,
This bond was executed in two (2)
identical counterparts. City of Newport Beach
BALBOA BOULEVARD AND CHANNEL ROAD
PAVEMENT RECONSTRUCTION
Contract No. 5152
BOND NO. cacsooi i o
IR_1'_ i MW
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Nobeat Incorporated, hereinafter designated as the "Principal," a
contract for construction of BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT
RECONSTRUCTION, Contract No. 5152 in the City of Newport Beach, in strict conformity with
the plans, drawings, specificatlons 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. 8152 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,
Merchants Bonding Company (Mutual) duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety') are
held firmly bound unto the City of Newport Beach, in the sum of One Million, One Hundred
Seventy -Five Thousand and 00/100 Dollars ($1,175,000.00) 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, fall 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.
35
0 •
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 at. 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 , sth day c
Nobest Incorporated
Nobest Incorporated (Principal)
Merchants Eondinq .g2Mpanv {Mutual}
Name of Surety
2100 Fleur Drive
Des Moines, IA 5U21
Address of Surety
(900) 678-6171
Telephone
Arturo Ayala, Attorney -In -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
m
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Orange
On February 15,2013 beforeme, Ray S. Anderson/Notary Public
(Hem insert mme ami title of tlmofl'icer)
personally appeared Larry Nodland
who proved to me on the basis of satisfactory evidence to be the persorj whose named is/ Subscribed to
the within instrument and acknowledged to me that he%1;IC �° executed the same in his/,b~' authorized
capacity, and that by his/,llet9tJaeff signature on the instrument the person; or the entity upon behalf of
which the personacted, executed the instrument.
I certify -under PENALTY OF PER3URY under the laws of the State of California that the foregoing paragraph
is true and correct,
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF TIME ATTACHED DOCbNIENT
;(Title or description of attached document)
(Title or description,ofattached document continued)
Number of Pages ____ Doclunent Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
KAY E.ANDERSON
and official seal.
COMM, #1852452 0
CorporateOilicer
NOTARY PUBLIC -CALIFORNIA
COUNTY
ORANGE COUNTY
Y13.
• „oh
My Comm. ExRlre 2013
_ ... (Notary Seal)
❑
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF TIME ATTACHED DOCbNIENT
;(Title or description of attached document)
(Title or description,ofattached document continued)
Number of Pages ____ Doclunent Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (a)
1@
CorporateOilicer
President
(Title)
❑
Partner(s)
❑
Attorney -in -Fact
❑
Trustee(s)
❑
Other
2008Vmioa CAPAvl2,10.07800.873-9865 www.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgmett compieted in California must conmin verbiage exactly os
appears above in the rotary section or a separate aekmswledgment farm must be
properly completed and attached to that document, rhe only mention a if a
document Is to be recorded outside of California. In such instarraa, any alternative
acknowledgmew verbiage as maybe primed on such a document so lmrg as the
verbiage does nor require the notary to do someoung, that is Wegal for a notary in
California (i. e. cerdMhg the authorized capacity of the ,signer). Please check the
docmnem earefullyfor p%oer notarial warding andaaaeh thisfwm if requiretE
• State and County information must be the Stare and County where the document
signer(s) personally appeared before rho notary public for ardmowledgment
• Date of notarization most be the date that the sigaer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The nanny public most print his or her name as it appears within his or her
communion followed by a cotanna and than your title (nomy, public).
• Print the ramie(s) of document signer $) who personalty appear at the time of
notarization.
• Indicate the correct singular or plural fomes by crossing off incorrect fours (i.e.
he/she/dwe - is /are ) or circling the cmrem-t forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression most not cover text or linea. If seal impression smudges, reseal if a
sufficient area permits, otherwise complete a different aclmowledgment form.
• Signature of the notary, public must match the signature on file with the office of
the county clerk-
4- Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
5. Indicate title "type of attached documenk number of pages and date.
tr Indicate the capocity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (Le. CEO, CFO, Secretary).
• Securely attach this document to the signed document
ACKNOWLEDGMENT
0..YYYYYYYYYYYYYYYIYYYY YYYY YYYY YYYYYYYYYYYYYY YYYYYY YYYY.... YYYYYYYYY YYYYYY.. ON,
State of California
County of
58.
On before me,
Public, personally appeared
Notary
who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/herttheir authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted,Cecuted the
instrument. /
I certify under PENALTY OF PERJURY under the laws of the State ofC�itfornia that the
foregoing paragraph is true and correct. r
WITNESS my hand and official seal.
Signature
Y{YYYY YYYM YYYYYY YYYYY3f YYYY{YYY{YYY YY{Y YYYY YY
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper
Paper Identification
_ Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
CEO/CFOICOO
President 1 Vice -President I
Other:
Other
OPTIONAL INFORMA
/Treasurer
37
(seal)
{{YY 111 Yl(Y {Y YYYYY Y ..... YYYY,
Thumbprint of Signer
❑ Check here If
no thumbprint
or rmgWrint
Is available.
0 i
ACKNOWLEDGMENT
**MIYPYYYYYYYYYIIY YYYYYYYMMYYYO11f YYY YY YYY YYYYYk YYM YP 1,Y1111Y 11YY YYYYYIYYY YYYYYYYPYYY,
State of California
County Of oranQP )ss -
On 2115 13 before me, Susan Pugh Notary
Public, personally appeared Arturo Ayala
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signatures($) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
Instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature Susan Pugh
sc.e. SUSAN PUGH ti
?�y COMM. #1934229 n
y Notary Public -California ¢
ORANGECOUNTY
•My Gomm: Expims APr 29, 2015LL
(seal)
YYYYYYYYYYYRRYYYYSR01lIMRM YRYYYYPYYY YYYYYYYYYYiYtR. YYYYYY YYY YYYI YYYRYRYY RYIYYYPPI
Date of Document
Type or Title of Document
Number of Pages In Document
Document in a Foreign Language
OPTIONAL INFORMATION
2 / 1 S 113 Thumbprint of Signer
Labor and Materials Payment Hand
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer.
Trustee
Power of Attorney
CEO/CFOICOO
_ President I Vice -President / Secretary? Treasurer
_Other: Attorney -In -Fac
Other
RE
ij Check here if
no thumbpriat
orfhVerprint
Is avallabia.
MERCHANT Bond No. CAC100110
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duty organized under the laws of the State of Iowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwight Reilly
of Orange and State of CA their true and lawful Attomey-in-Fart, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TEN MILLION($10,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power-of-Aftomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -in -Fad, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizanoes, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and
effect as though manually fixed "
In Witness whereof, the Companies have caused this instrument to be signed and sealed this 27thday of February , 2012
r„wwr,nr
rip+`+rSONn(t R'•%�, �•Y}1MCa..,L,(Jrffei• MERCHANTS BONDING COMPANY (MUTUAL)
.......
d9'"s :quo: p4POq
9�;.-4•. MERCHANTS NATIONAL BONDING, INC.
2�:
„+ -0- :G a �:— o c• 3• L.4
xtt. 1933 : c.
>%.........,r ,disk.. .. lyi•:
STATE OF IOWA w„ sY
COUNTY OF POLK six ""^•••••'nnr", . . •". .• President
On this271hday of February • 2012, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies: and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, 1 have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
pp MARANDA GREENWALT 440f46r7.i1Fi.�.7'
�F Commission Number 770912
My Commiasfoa Expires
October 2E, 2914
Notary Public, Polk County, lows
STATE OF IOWA
COUNTY OF POLK as.
I, William Warner, Jr„ Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
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 and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 15th day of February , X2013 ,.,..
rr•rr .
�l►OHpr.o mO�pAPOg45i955:
spm a.
2003 1.0 i . y� 1933
POA 0014 (11/11)
Secretary
ri I'-�t� ei in Official Records, Orange County
RECORDING REQUESTED BY AND Hug ' yen, Clerk -Recorder
WHEN RECORDED RETURN TO NO FEE
'" -3 ���III$�IIW��IIIIIII II II III 111111(IIII IIII IIII II
City Clerk -E 20130004546501:18 pm 07130113
City of Newport Beach 413 N12
0
.0
0
0.00 0.00 0.00 0.00 0.00 0.00
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Nobest Incorporated of Garden Grove,
CA, as Contractor, entered into a Contract on February 12, 2013. Said Contract set forth
certain improvements, as follows:
Balboa Boulevard and Channel Road Pavement Reconstruction (C-5152)
Work on said Contract was completed, and was found to be acceptable on
July 23, 2013, by the City Council. Title to said property is vested in the Owner, and the
Surety for said Contract is Merchants Bonding Company.
BY \�r'„r,, K/ L
Public Works Director
City of Newport Beach
LTJ 401 aK-AIIs] i! 1
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. �j�
Executed on(Tajo �� �'V 3 at Newport Beach, California.
BY
City Clerk
1=
Ir
1
LALI FOF�
go
OFFICE OF THE CITY CLERK
L,eilani I. Brown, MMC
July 24, 2013
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the following project:
• Balboa Boulevard and Channel Road Pavement Reconstruction
(Contract No. 5152)
Please record the enclosed document and return to the City Clerk's Office.
Thank you.
fr
►���ti��� ,� �N
Leilani 1. 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-beaeh.ea.us
LUTIM 1 111 MR i' i i i
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Nobest Incorporated of Garden Grove,
CA, as Contractor, entered into a Contract on February 12 2013. Said Contract set forth
certain improvements, as follows:
Balboa Boulevard and Channel Road Pavement Reconstruction (C-5152)
Work on said Contract was completed, and was found to be acceptable on
July 23. 2013, by the City Council. Title to said property is vested in the Owner, and the
Surety for said Contract is Merchants Bonding Company.
M
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on 5114�� �� �, at Newport Beach, California.
BY 04� J -
City Clerk
'CITY O F
a ,roNEWPORT BEACH
r"4lFaa""
City Council Staff Report Agenda Item Nov 4
July 23, 2013
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
David A. Webb, Public Works Director
949-644-3311, dawebb@newportbeachca.gov
PREPARED BY: Frank Tran, Associate Civil Engineer
949-644-3340, ftran@newportbeachca.goy
APPROVED: .<.c
TITLE: Balboa Blvd. and Channel Rd. Pavement Reconstruction — Notice of
Completion and Acceptance of Contract No, 5152
Ii=%'�i1T:7nI�il
On February 12, 2013, City Council awarded Contract No. 5152, Balboa Blvd. and Channel
Rd. Pavement Reconstruction, to Nobest, Inc., for a total contract cost of $1,175,000.00
plus a 15% allowance for contingencies. The required work is now complete and staff
requests City Council acceptance and close out of the contract.
RECOMMENDATIONS:
1, Accept the completed work and authorize the City Clerk to file a Notice of
Completion for the project.
2. Authorize the City Clerk to release the Labor and Materials Bond 65 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
3. Release the Faithful Performance Bond one year after acceptance by the City
Council.
FUNDING REQUIREMENTS:
Funds for the construction contract were expended from the following accounts:
Account Description Account Number Amount
Proposition 16 7185-C2002058 687,443.51
Measure M 7281-C2002058 658,776.00
Total: $1,346,219.51
Balboa Blvd. and Channel Rd. Pavement Reconstruction — Notice of Completion and
Acceptance of Contract No. 5152
July 23, 2013
Page 2
DISCUSSION:
Overall Contract CosVTlme Summary
Awarded
Final Cost at
Contingency
Actual
% Due to
% Due toContract
Contract Amount
Completion
Allowance
Directed
Unforeseen
Change
Change
Change
$1,175,000.00
$1,346,219.51
15% or less
+14.6%
7.5%
7.1%
Allowed Contract Time (days)
83
Actual Time
I
Under (-) or Over
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:
Actual cost of bid items constructed:
Total change orders:
Final contract cost:
$1,175,000.00
$1,190,317.20
$155,902,31
$1,346,219.51
The work necessary for completion of this contract consisted of removing the existing
concrete pavement and reconstructing with new concrete pavement, reconstructing curb
access ramps, adjusting utilities to grade and performing other appurtenant and incidental
items of work. A failing concrete box culvert on Balboa Blvd. at 1" Street was also replaced
as part of this project.
The final construction contract cost was approximately 14.6 percent above the original bid
amount. The actual cost of bid items constructed was more than the original bid amount
due to a slight increase in the quantity of items constructed compared to the bid amounts.
Reconstruction of the concrete pavement on "H", "I" and "J" Streets was added to the scope
of this project which increased the final contract costs by approximately 7.5 percent.
A summary of the project schedule is as follows:
Estimated Completion Date per 2012 Baseline Schedule June 212013
Project Awarded for Construction February 12, 2013
Contract Completion Date with Approved Extensions July 12, 2013
Actual Substantial Construction Completion Date July 3, 2013
Balboa Blvd. and Channel Rd. Pavement Reconstruction — Notice of Completion and
Acceptance of Contract No. 5152
July 23, 2013
Page 3
City Council found this project exempt from the California Environmental Quality Act
("CEQA") pursuant to Section 15301(c). This exemption covers the minor alteration of
existing public facilities with negligible expansion of the facilities in areas that are not
environmentally sensitive.
NOTICING:
This agenda item has been noticed according to the Brown Act (72 hours in advance of the
meeting at which the City Council considers the item). In addition, the City Clerk will be filing
a Notice of Completion for the project as a result of this action.
The Notice Inviting Bids was advertised in the City's official publication and in construction
industry publications.
Submitted by:
�1
qtqDavid A. Webb
Public Works Director
Attachment: A. Project Location Map
d 8
L sr
1wommill ■ni
!4
ATTACHMENT A
x
Q F:\users\p9W\SM1amd\CA04\EngMcerinq\S1REEi5\R60345-Balboa-91vd\9a1Uoo_Lawtian-Map.dag 47/45/13
BALBOA BLVD. AND CHANNEL RD. CITY OF NEWPORT BEACH
PAVEMENT RECONSTRUCTION PUBLIC WORKS DEPARTMENT
LOCATION MAP
C-5152 1 7/23/2013
PAVEMENT RECONSTRUCTION
Title of Project
$ 1,600,000.00
Engineer's Estimate
Approved by
David A. Web
FanIMMEM
r
Drawings bycontacting
Mouse+
Located at 659 W. I 9th Street, Costa Mesa, CA 92627
Contractor License Classification(s) required for this project: "A"
For further information, can Frank Tran, Proiect Manager at(949)644-3340
BIL} INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http_ www.Ne��
CLICK: Online Services 1 Bidding &Sid Results
A
;unasti-
s
;K#T*ll
NOTICE INVITING BIDS........ .... .......... _ ... _ ........ .......... _ ............ ... Cover
INSTRUCTIONS TO BIDDERS.... ..... ..... _ ................. ................. ...... ...... ................... .3
BIDDER'S BOND ... _ ... ................ .... _ .... ....... __,_ ... _ ... ....... _____5
DESIGNATION OF SUBCONTRACTOR(S) ..... .............. ......................... ........... _ ... 8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ................................ ...... _ ... 9
NON -COLLUSION AFFIDAVIT ...... ... _ .......... .... __ ...... ...... __ ....... ....... ... 13
DESIGNATION OF SURETIES __ ...... _ ... ... ...... ....... ...... ....... _ ..... ... ....... 14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ......................... ...... ........... _ 15
ACKNOWLEDGEMENT OF ADDENDA ......... ........ _ .................
................... 17
INFORMATION REQUIRED OF BIDDER .......
18
NOTICE TO SUCCESSFUL BIDDER... ......... ......
...... ............. _21
CONTRACT.......... ...................... ......... ...........
............... ..... _22
FAITHFUL PERFORMANCE BOND ......................... ........... ............
..... __ .......... 30
LABOR AND MATERIALS PAYMENT BOND ...... ........ .... _ ... ......
_,__ ... _ ...... _ ... __35
PROPOSAL .... .............. ___ ...... _ ... ... ....... ...... ........ ...... _ ......... PR -1
SPECIAL PROVISIONS ............... .................. ........ .................. SPA
Pi
o [ s a
Contract No. 5152
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed
Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7, The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
3
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 743-4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code — including, but not limited to, the requirement to pay prevailing wage
rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by
the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
if
Contractor's License No. & Classification
Bidder
f 1�
Date -'�
2
Contract No. 5152 Bond No. NOBIN-7B
rP s r
We; the undersigned Principal and*Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid
_ Dollars ($ to 0 of _Bid ), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT RECONSTRUCTION, Contract
No. 5152 in the City of Newport Beach, is accepted by the City Council of the City of Newport
Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute
the Contract Documents in the form(s) prescribed, including the required bonds, and original
insurance certificates and endorsements for the construction of the project within thirty (30)
calendar days after the date of the mailing of "Notification of Award", otherwise this obligation
shall become null and void.
*Nobest Incorporated
**Merchants Hon sng al)
If the un`riersigned Principal executing this Bond is executing this Bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations under this Bond.
Witness our hands this . 7th day of _ January 2011
Nobest Incornorated
Name of Contractor (Principal)
Merchants Bonding. CoEtMany (Mutual)
Name of Surety
2100 Fleur Drive
Des Moines 1A 50321
Address of Surety
'800L 5^8-817"
Telephone
Arturo Ayala Attornev-In-Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
5
State of California
County of Orange
On I % before me, Kau B. Anderson/Notary Public
(Hese insert name and title of the officer)
personally appeared Larry Nodland
who proved to me on the.basis of satisfactory evidence to be the personXwhose namcjWis(oe `subscribed to
the within instrument and acknowledged to me that he%Wffi' W executed the same in his/horftheif authorized
capacity josf, and that by his/jae17tfe(r signatureWon the instrument the persons); or the entity upon behalf of
which the persdnacted, executed the instrument.
I certify under PENALTY OF PER.iI.iR.Y under the laws of the State of California that the foregoing paragraph
is true and correct.
,' � KAY E.At;OEft>ON
official seal.
COMIM #1852452
i• NOTARY PUB IC -CALIFORNIA
t 0� ORANGE COUNTY .�
,t "� P.CyCamm, Ex(ires June 213
(Notary Seal)
DESCRIPTION OF THE ATTACHED DOCUMENT
„(Title or description of attached document)
(Title or description ofattaehod document continued)
Number of Pages _ Document Date _
(Additionatinformation)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
LM
Corporate Officer
President
(Title)
❑
Partner(s)
❑
Attorney -in -Fact
❑
Trustee(s)
❑
Other
2008 Version CAPA vl2.10.07 900-873-9865 www.NotaryCiasses.wat
INSTRUCTIONS FOR COMPLETING THIS FORM
dry acknowledgment completed in California most contain verbiage exactly as
appears above in the notary section or a separate aelmowledgnamo form must be
property completed and attached to that document The only exception is if a
document is to be recorded outside of Califomia. In such variances, any alternative
acknowledgment verbiage as may be primed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California it e. certifying the authorized capacity of the signer). please check the
document carefullyfor proper notarial wording and attach thisform ifrequired
• State and County information must be the State and County where the docmnent
signer(s) personally appeared before the notary public for acknowledgment
• Date of notarization must be the date that the sigoer(s) personally appeared which
most also be the same date the acknowledgment Is completed.
• The notary public most print his or her name as it appears within his or her
commission followed by a comma and than your tide (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
nota Tzation.
• Indicate the cored singular or plural forms by crossing off incorrmt forms (e e.
helshclffiay,, is tare) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression most not rover tem or lines. If seat impression smudges, re -scall if a
sufficient area permits, otherwise complete a dif teent acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk
4 Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
•3 Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate The title (i.e. CFA, CFO, Secretary).
• Securely attach this document to the signed document
ACKNOWLEDGMENT
®u N....uX........0...M............. W..6 ... I.... Y.... a....... W....... wo...... x
State of California
County of Orange ) ss.
On X113 before me, Susan Puah Notary
Public, personally appeared Arturo Ayala
who
proved to me on the basis of satisfactory evidence to be the person(R) whose name(tt) is/ace
subscribed to the within instrument and acknowledged to me that he executed the
same in his/ authorized capacity¢iss), and that by his1heW9V* signatures(2) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
`.:•°i.'",, SUSAN PUGH
WITNESS my }land and OfftClai Seal. ' ;y e COMM. 81934229 00n
Notary Public -California tt
.� ORANGE COUNTY
y Comm, Expires Apr 29,2015
Signature' Su ant.,Pug w -. _.. ...
(seal)
W..W.i.W.YRWWtl.Y.WWWWWB..W.WWW..................... W...... W.... 0..............I
Date of Document
Type or Tide of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
1 /'7z 7.3
Bid Bond
One
No
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identifikation
Credible Witness(es)
Thumbprint of Signer
❑ Check here if
Capacity of Signer: no thumbprint
Trustee or fingerprint
Power of Attorney is available.
CEO/CFO/COO
President/ Vice -President I Secretary /Treasurer
X Other: Attorney -S -Fa t
Other Information:
6
•vetivvtl\u1•pep•mvutl\em•vevw\mMv•mevl tle RmpReutl•\v 11uW•�tupRmppv\w•mw upplYu
State of California
County of
On
Public, personally appeared
S&
before me,
Notary
proved to me on the basis of satisfactory evidence tofbe the person(s) whose name(s) is/are
subscribed to the within instrument and acknowle ed to me that he/she/they executed the
same in his/her/their authorized capacity(ies), a that by his/herltheir signatures(s) on the
instrument the person(s), or the entity upon beh f of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY der the laws of the State of California that the
foregoing ;paragraph is true and correct.
WITNESS my hand and official seal.
nature
Y Wtl1W YYYWWOMB\YW WYBYWWWM
Date of Document
Type or Title of
Number of Pages
Document in a Fp(reign Language
(seal)
p1\1\\110\\\Y\\R\1M1011Y1\\110tlw\\B\1Bpp1\11\\111Ytl\[
OPTIONAL INFORMATION
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
_ Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
CEO / CFO / COO
President I Vice -President / Secretary / Treasurer
Other:
Other
19
Thumbprint of Signer
F1 Check here if
no thumbprint
or fingerprint
is available.
RC
'PC Bond No. NOETN-78
BONDING COMPANY,a
9017 A 4 MUSIMM
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwight Reilly
of Orange and State of CA their true and lawful Attomey-in-Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011,
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed:'
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 27thday of February , 2012 .
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By
President
On this27thday of February , 2012, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
. MARANDA GREENWALT
x° F Commission Number 770312
My Commission Expires
October 28, 2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
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 and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 7th day of January 2013 -
POA 0014 (11/11)
e
Ir'ir ,=r,''�?E
:5v.•
1933
•�Ye
°
1933
STATE OF IOWA °• ` 'ry`°° s*`
as"'""»+""
°°°. �-r
COUNTY OF POLK as.
•°<°°•'
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By
President
On this27thday of February , 2012, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year
first above written.
. MARANDA GREENWALT
x° F Commission Number 770312
My Commission Expires
October 28, 2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
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 and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 7th day of January 2013 -
POA 0014 (11/11)
Secretary
Ir'ir ,=r,''�?E
:5v.•
1933
•�Ye
°
Secretary
Contract No. 5152
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he/she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State law
and/or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors
have been used in formulating the bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with State law. No changes may be
made in these subcontractors except with prior approval of the City of Newport Beach. (Use
additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
of
Number
Total Bid
Name: RVTM:M 2 E L'On,?el vre,
Address:
r
Phone:
State License Number: Gj `
Name: 0
Address:
}
Phone: �7 I f) b l?
State License Number: 3"
Name:
Address:
Phone:
State License Number.
Bidder
Kmc= ��
M
oI I m
Contract No. 5152
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this formW Please print or type.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN 14
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. I
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.
Page 1
No. 1
Project Name/Number: La Cuarta Street Reconstruction
Project Description: Concrete Construction, Asphalt Overlay, Water Line Replacement
Approximate Construction Dates: From: 6/2011 To: 9/2011
Agency Name: City of Whittier
Contact Person: Kyle Cason
Original Contract Amount: $ 1,022,001
No. 2
Telephone: (562) 567-9511
Final Contract Amount: $ In Progress
Project Name/Number: Ocean Front Street and Alley Replacement
Project Description: Remove & Replace Concrete Alleys, Streets, Curbs & Gutters, Sdwk
Approximate Construction Dates: From: 3/2011 To: 8/2011
Agency Name: City of Newport Beach
Contact Person: Mike Sinacori
Telephone: (949) 644-3342
Original Contract Amount: $ 907,000 Final Contract Amount: $ .In Progress
Page 2
No. 3
Project Name/Number: Maintenance Service Agreement
Project Description: Remove & Replace Concrete at Various Locations
Approximate Construction Dates: From: 1012010 To: 10/2011
Agency Name: City of Westminster
Contact Person: Todd Miller
Original Contract Amount: $ 345,000
No. 4
Telephone: (714) 681-3020
Final Contract Amount: In Progress
Project Nane/Number: Annual Concrete Maintenance
Project Description: Removal & Replace Concrete Sdwks., WC Ramps, Curb & Gutter
Approximate Construction Dates: From: 812010 To: 8/2011
Agency Name: City of Huntington Beach
Contact Person: Dereck Livermore
Telephone: (714) 960-8861
Original Contract Amount: $ 250,000 Final Contract Amount: $ In Progress
Page 3
No. 5
Project Name/Number: Citywide Sidewalk & Curb & Clutter Imp. 2009-10
Project Description: Remove & Replace Concrete
Approximate Construction Dates: From: 2/2011 To: 5/2011
Agency Name: City of Corona
Contact Person: Rosario Ruvalcaba
Original Contract Amount: $ 578,711
No. 6
Telephone: (951) 739-4813
Final Contract Amount: $ 450,677
Project Name/Number:.Residential Street on the Tree Petition List
Project Description: Remove & Replace Concrete, Landscape, Trees
Approximate Construction Dates: From: 11/2010 To: 3/2011
Agency Name: City of Huntington Beach
Contact Person: Joseph Dale
Telephone: (714) 536-5915
Original Contract Amount: $ 589,000 Final Contract Amount: $ 621,900
Isigg.'
11i Fill
W h 111 11111 11,
Page 4
No. 7
Project Name/Number: Pacific Blvd. Improvements
Project Description: Concrete Construction, Grading, Electrical & Landscape
Approximate Construction Dates: From: 912010 To: 412011
Agency Name: City of Huntington Park
Contact Person: Wes Lind
Original Contract Amount: $ 782,204
No. 8
Telephone: (626) 447-4274
Final Contract Amount: $ 833,604
Project Name/Number: Old Town Resurfacing Program
Project Description: R & R Concrete Sidewalks, Curb & Gutter and Alleys
Approximate Construction Dates: From: 4/2010 To: 11/2010
Agency Name: City of Seal Beach
Contact Person: David Spitz
Telephone: (562) 431-2527
Original Contract Amount: $1,500,000 Final Contract Amount: $ 1,730,000
No. 2
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 Age� file any claims
against you/Contractor? If yes, briefly explain and i 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.
10
No. 4
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
against you/Contractor? If yes, briefly explain and indicate outcome
No. 5
Project Name/Number
Project Description
Approximate Construction Dates:
Agency Name
Contact Person
Original Contract Amount
If final amount is different
To:
Telephone (
Contract Amount
original, please explain (change orders, extra work, etc.)
Did you file any claiOs against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 6
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.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current fi
conditions.
Bidder Authorized S nat relTitl
12
Contract No. 5152
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of�ft)
being (first duly swam, deposes and says that he or she is
t'rr�b2� of
� 1"%G�3t f aar. the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that
party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder
or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that
of any other bidder, or to secure any advantage against the public body awarding the contract of anyone
interested in the proposed contract; that all statements contained in the bid are true; and, further, that the
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents
thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation;
partnership, company association, organization, bid depository, or to any member or agent thereof to
effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing isNkue and
Bidder
Subscribed and sworn to (or affirmed) before me on this \1 J day of r 2013
by F proved to me on the basis of
satisfactory evidencel to be the personKwho appeared before me.
m
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
f KAY E. ANDERSON
[SEAL] I �� GOW #1&52452 4
u NOTARYNUBLIC CALIFORNIA
ORANGE COUNTY
13
My Commission Expires: — 15 "" .t r
. aI q Ili ll 21 ik Is ,. *: .. #,..
Contract No. 5152
DESIGNATION OF SURETIES
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurancelbond type):
M
14
"0A, -, 101 + A III III MILIVIAM.
.,1=1 • i
Contract No. 5152
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name lG=ldrey L /-
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.
IN
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2012
2011
2010
2009
2008
Total
2013
No, of contracts
x
}:
Total dollar
Amount o
Contractsf
;
)
xr .fir l
f'l
f� i
"t 1 4S >
(in
Thousands of _§)__
No, of fatalities
r
v
t�
No. of lost
Workday Cases
C
(✓
1
No. of lost
workday cases,
involving
--
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
IN
Legal Business Name of Bidder
Business Address: 7�eC7 4ecc,�,
Business Tel- No.: (lq)
State Contractor's License No. and
Classification:
Title
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnershipljjoint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf
of the corporation. All must be acknowledged before a Notary Public, who must certify
that such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
151 [ •-.�..
M
State of California
County of Or we
On before me, xav E. Anderson/Notary Public_-.
(Here inset name and title ofthe Officer)
personally appeared Larry Nodland and Robert Nodland 11
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s),; glare subscribed to
the within instrument and acknowledged to me thatAG�Wthey executed the same in lhioor/their authorized
capacity(ies), and that by l 42#tbeir signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
hand and official seal.
DESCRIPTION OF THE ATTACHED DOCUMENT
„(Title or description of attached document)
(ride or description of attached document continued)
Number of Pages- Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
❑
Corporate Officer
COMIM. #1852452 O
(Tine)
❑
Partner(s)
❑
Attomey-in-Fact
❑
Trustee(s)
❑
Other
2008 Version CAPA vl2,10.07 800-873-9865 www,NotaryClasses.cam
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in Catiforma must contain verbiage exactly as
appears above in the notary section or a separate whounviedgmem form must be
properly completed and attached to that document. The only exception a if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be primed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
Cahib ma ire. cerri)ymg the aathonerd c pacity of the signer). Please check the
document carefuilyfor proper counter warding and attach d isfarm if required
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or hot
commission followed by a comma and than your title (notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect fors (i.e.
hWshe/duiy; is /tee) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection ofdocument recording.
• The notary seal impression must be clear and photographically reproducible.
Impression most not cover text or lines. If seat impression smudges, re -seal if a
sufficient area perits, otherwise complete a different acknowledgment for.
• Signature of the notary, public most match the signature crr file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• securely attach this document to the signed document
/
KAYE ANDERSON
r 1 t
COMIM. #1852452 O
1`)
NOT.ARYPU9LIr CAUFORMA
ORANGE COUNTY
��
ABY~=on,m E�pOc+s June t3, 273 p^
(Notary Seal)
'`' ''`�"'�''.•
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in Catiforma must contain verbiage exactly as
appears above in the notary section or a separate whounviedgmem form must be
properly completed and attached to that document. The only exception a if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be primed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
Cahib ma ire. cerri)ymg the aathonerd c pacity of the signer). Please check the
document carefuilyfor proper counter warding and attach d isfarm if required
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or hot
commission followed by a comma and than your title (notary public).
• Print the names) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect fors (i.e.
hWshe/duiy; is /tee) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection ofdocument recording.
• The notary seal impression must be clear and photographically reproducible.
Impression most not cover text or lines. If seat impression smudges, re -seal if a
sufficient area perits, otherwise complete a different acknowledgment for.
• Signature of the notary, public most match the signature crr file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• securely attach this document to the signed document
Contract No. 51.52
Bidders namejj f
PIC,
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum No.
17
LOIRgmil r�
Contract No. 5152
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: A01A''S
Business
xve-
Telephone and Fax Number: 1-,21qJ Z��2- CSY=%
California State Contractor's License No. and Class: f,
(REQUIRED AT TIME OF AWARD)
Original Date Issued: I/— V Expiration Date: "-7-21- /
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:
y,
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
t
16e'1 -a --
Corporation
Corporation organized under the laws of the State ofltt /,t%:F,w
11E.
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
/v//W
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;
ever had a contract terminated by the owner/agency? If so, explain.
ever failed to complete a project? If so, explain.
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 labo )ompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc,)? Yes
m
Are any claims or actions unresolved or outstanding? Yes N
If yes to any of the above, explain. (Attach additional sheets, if necessary)
'A/
/i
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Bidder
f 1,141a /'
(Print n me of Owner or President
I life
Date
On 1-1-7 — before me, kluf IL;_ Notary Public, personally
appeared l who proved to me on the
basis of satisfactory evide ce to be the person(s) whose name(sy War subscribed to the within
Instrument and acknowledged to me that hets� executed the same in hislheAfh& authorized
capacity(ies), and that by his/hsignature(s) on the instrument the person(s), or the entity upon
behalf of which the person(*acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
My Commission Expires:'
20
(SEAL)
'\ KAYE ANDERG
a� COMM 1,1852452 0"
- Nnraar ueiNnueocww
oa tc=co,vry
`-Lz My Com Exp r
PAVEMENT
, ♦ RECONSTRUCTION
Contract No. 5152
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
s7ir<iT_PL s •
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Public Works Department within
ten (10) working days after the date shown on the Notification of Award to the successful
bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by
the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on
the insurance company's forms, fully executed and delivered with the Contract. The Notice to
Proceed will not be issued until all contract documents have been received and approved by the
City.
21
City of Newport Beach
Contract No. 5152
CONTRACT
THIS CONTRACT FOR PUBLIC WORKS entered into this ,L1gday ofik 2013, by
and between the CITY OF NEWPORT BEACH, a California municipal corporation and c anter City
("City") and NOBEST INCORPORATED, a California corporation ("Contractor'), is made with
reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
The work necessary for the completion of this contract consists of removing existing
pavement, sidewalk, curb and gutter, cross gutter, driveway approaches, curb access
ramps, and constructing new concrete pavement, sidewalk, curb, driveway approaches,
curb access ramps; installing new pavement striping, curb painting; adjusting utilities to
grade and performing other appurtenant and incidental items of work as required to
complete the work in place.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder
and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond,
Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor
and Materials Payment Bond, Permits, Standard Special Provisions and Standard
Drawings, Plans and Special Provisions for Contract No. 5152, Standard Specifications for
Public Works Construction (current adopted edition and all supplements) and this Contract,
and all modifications and amendments thereto (collectively the "Contract Documents").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in the
Contract Documents are null and void. Any amendments must be made in writing, and
signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be fumished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City, which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and Contractor
accepts as full payment the sum of One Million, One Hundred Seventy -Five Thousand
and 00/100 Dollars ($1,175,000.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of
the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall submit
to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment. The Contractor and the City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, the Contractor shall be
required to file any claim the Contractor may have against the City in strict conformance
with the Tort Claims Act (Government Code 900 et seq.).
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
PO Box 1768
Newport Beach, CA 92658
Attention: Frank Tran
(949)644-3340
CONTRACTOR
Nobest Incorporated
7600 Acacia Avenue
Garden Grove, CA 92841
714-892-5583
714-373-0039 - Fax
F. INSURANCE REQUIREMENTS—CONSTRUCTION
1.1 Provision of Insurance. Without limiting Contractor's indemnification of
City, and prior to commencement of Work, Contractor shall obtain, provide
and maintain at its awn expense during the term of this Agreement,
policies of insurance of the type and amounts described below and in a
form satisfactory to City. Contractor agrees to provide insurance in
accordance with requirements set forth here. If Contractor uses existing
coverage to comply and that coverage does not meet these requirements,
Contractor agrees to amend, supplement or endorse the existing
coverage.
23
1.2 Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A- (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
1.3 Coverage Requirements.
1.3.1 Workers' Compensation Insurance. Contractor shall maintain
Workers' Compensation Insurance, statutory limits, and Employer's
Liability Insurance with limits of at least one million dollars
($1,000,000) each accident for bodily injury by accident and each
employee for bodily injury by disease in accordance with the laws
of the State of California, Section 3700 of the Labor Code.
Contractor shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of City, its
officers, officials, employees and agents.
1.3.2 General Liability Insurance. Contractor shall maintain commercial
general liability insurance, and if necessary umbrella liability
insurance, with coverage at least as broad as provided by
Insurance Services Office form CG 00 01, in an amount not less
than one million dollars ($1,000,000) per occurrence, two million
dollars ($2,000,000) general aggregate and two million dollars
($2,000,000) completed operations aggregate. The policy shall
cover liability arising from premises, operations, products -
completed operations, personal and advertising injury, and liability
assumed under an insured contract (including the tort liability of
another assumed in a business contract) with no endorsement or
modification limiting the scope of coverage for liability assumed
under a contract.
1.3.3 Automobile Liability Insurance. Contractor shall maintain
automobile insurance at least as broad as Insurance Services
Office form CA 00 01 covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
Work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each accident.
1.3.4 Umbrella or Excess Liability Insurance. Contractor shall obtain and
maintain an umbrella or excess liability insurance policy with limits
of not less than four million dollars ($4,000,000) that will provide
bodily injury, personal injury and property damage liability coverage
at least as broad as the primary coverages set forth above,
P
including commercial general liability and employer's liability Such
policy or policies shall include the following terms and conditions:
• A drop down feature requiring the policy to respond in the event
that any primary insurance that would otherwise have applied
proves to be uncollectable in whole or in part for any reason;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies; and
• Policies shall "follow form" to the underlying primary policies.
• Insureds under primary policies shall also be insureds under the
umbrella or excess policies.
1.3.5 Builder's Risk Insurance. For Contracts with property exposures
during construction, Contractor shall maintain Builders Risk
insurance or an installation floater as directed by City, covering
damages to the Work for "all risk" or special causes of loss form
with limits equal to 100% of the completed value of contract, with
coverage to continue until final acceptance of the Work by City. At
the discretion of City, the requirement for such coverage may
include additional protection for Earthquake and/or Flood. City shall
be included as an insured on such policy, and Contractor shall
provide the City with a copy of the policy.
1.3.6 Pollution Liability Insurance. Contractor shall maintain a policy
providing contractor's pollution liability coverage with a total limit of
liability of no less than $5,000,000 per loss and $5,000,000 in the
aggregate per policy period dedicated to this Project. The CPL
shall be obtained on an occurrence basis for a policy term inclusive
of the entire period of construction. If all or any portion of CPL
coverage is available only on a claims -made basis, then a 10 -year
extended reporting period shall also be purchased. The CPL policy
shall include coverage for cleanup costs, third -party bodily injury
and property damage, including loss of use of damaged property or
of property that has not been physically injured or destroyed,
resulting from pollution conditions caused by contracting
operations. Coverage as required in this paragraph shall apply to
sudden and non -sudden pollution conditions resulting from the
escape or release of smoke, vapors, fumes, acids, alkalis, toxic
chemicals, liquids, or gases, waste materials, or other irritants,
contaminants, or pollutants. The CPL shall also provide coverage
for transportation and off -Site disposal of materials. The policy shall
not contain any provision or exclusion (including any so-called
"insured versus insured" exclusion or "cross -liability" exclusion) the
effect of which would be to prevent, bar, or otherwise preclude any
insured or additional insured under the policy from making a claim
25
which would otherwise be covered by such policy on the grounds
that the claim is brought by an insured or additional insured against
an insured or additional insured under the policy. [Note: this
provision can be waived if there is no known or suspected pollution
at the project site. This provision is also not applicable to
maintenance and repair contracts unless there is a known pollution
risk.]
1.4 Other Insurance Requirements.
The policies are to contain, or be endorsed to contain, the following
provisions:
1.4.1 Waiver of Subrogation. All insurance coverage maintained or
procured pursuant to this agreement shall be endorsed to waive
subrogation against City, its elected or appointed officers, agents,
officials, employees and volunteers or shall specifically allow
Contractor or others providing insurance evidence in compliance
with these requirements to waive their right of recovery prior to a
loss. Contractor hereby waives its own right of recovery against
City, and shall require similar written express waivers and
insurance clauses from each of its subContractors.
1.4.2 Additional Insured Status. All liability policies including general
liability, excess liability, pollution liability, and automobile liability,
but not including professional liability (if required), shall provide or
be endorsed to provide that City and its officers, officials,
employees, and agents shall be included as insureds under such
policies.
1.4.3 Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance
or self-insurance maintained by City.
1.4.4. Notice of Cancellation. All policies shall provide City with thirty (30)
days notice of cancellation (except for nonpayment for which ten
(10) days notice is required) or nonrenewal of coverage for each
required coverage.
1.5 Additional Agreements Between the Parties.
The parties hereby agree to the following:
1.5.1 Evidence of Insurance. Contractor shall provide certificates of
insurance to City as evidence of the insurance coverage required
herein, along with a waiver of subrogation endorsement for
workers' compensation and other endorsements as specified herein
for each coverage. Insurance certificates and endorsement must
be approved by City's Risk Manager prior to commencement of
performance. Current certification of insurance shall be kept on file
26
with City at all times during the term of this contract. City reserves
the right to require complete, certified copies of all required
insurance policies, at any time.
1.5.2 City's Right to Revise Requirements, The City reserves the right at
any time during the term of the contract to change the amounts and
types of insurance required by giving the Contractor ninety (90)
days advance written notice of such change. If such change results
in substantial additional cost to the Contractor, the City and
Contractor may renegotiate Contractor's compensation.
1.5.3 Right to Review Subagreements. Contractor agrees that upon
request, all agreements with subcontractors or others with whom
Contractor enters into contracts with on behalf of City will be
submitted to City for review. Failure of City to request copies of
such agreements will not impose any liability on City, or its
employees.
1.5.4 Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of the City to
inform Contractor of non-compliance with any requirement imposes
no additional obligations on the City nor does it waive any rights
hereunder.
1.5.5 Requirements not Limiting. Requirements of specific coverage
features or limits contained in this Section are not intended as a
limitation on coverage, limits or other requirements, or a waiver of
any coverage normally provided by any insurance. Specific
reference to a given coverage feature is for purposes of clarification
only as it pertains to a given issue and is not intended by any party
or insured to be all inclusive, or to the exclusion of other coverage,
or a waiver of any type.
1.5.6 Self-insured Retentions. Any self-insured retentions must be
declared to and approved by City. City reserves the right to require
that self-insured retentions be eliminated, lowered, or replaced by a
deductible. Self-insurance will not be considered to comply with
these requirements unless approved by City.
1.5.7 City Remedies for Non Compliance. If Contractor or any
subcontractor fails to provide and maintain insurance as required
herein, then City shall have the right but not the obligation, to
purchase such insurance, to terminate this agreement, or to
suspend Contractor's right to proceed until proper evidence of
insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Contractor or
reimbursed by Contractor upon demand.
27
1.5.8 Timely Notice of Claims. Contractor shall give City prompt and
timely notice of claims made or suits instituted that arise out of or
result from Contractor's performance under this Agreement, and
that involve or may involve coverage under any of the required
liability policies. City assumes no obligation or liability by such
notice, but has the right (but not the duty) to monitor the handling of
any such claim or claims if they are likely to involve City.
1.5.9 Maintenance of General Liability Coverage. Contractor agrees to
maintain commercial general liability coverage for a period of ten
(10) years after completion of the project or to obtain coverage for
completed operations liability for an equivalent period.
1.5.10 Contractor's Insurance. Contractor shall also procure and
maintain, at its own cost and expense, any additional kinds of
insurance, which in its own judgment may be necessary for its
proper protection and prosecution of the Work.
G. RESPONSIBILITY FOR DAMAGES OR INJURY
1. City and all officers, employees and representatives thereof shall not be
responsible in any manner: for any loss or damages that may happen to the
Work or any part thereof; for any loss or damage to any of the materials or other
things used or employed in performing the Work, for injury to or death of any
person either workers or the public; or for damage to property from any cause
arising from the construction of the work by Contractor, or its subcontractors, or
its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to
or death of any person or damage to property resulting from defects, obstructions
or from any cause arising from Contractor's Work on the Project, or the Work of
any subcontractor or supplier selected by the Contractor.
3. To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees (collectively, the "Indemnified Parties") from and
against any and all claims (including, without limitation, claims for bodily injury,
death or damage to property), demands, obligations, damages, actions, causes
of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses
(including, without limitation, attorney's fees, disbursements and court costs) of
every kind and nature whatsoever (individually, a Claim; collectively, "Claims"),
which may arise from or in any manner relate (directly or indirectly) to any breach
of the terms and conditions of this Contract, any work performed or services
provided under this Contract including, without limitation, defects in workmanship
or materials or Contractor's presence or activities conducted on the Project
(including the negligent and/or willful acts, errors and/or omissions of Contractor,
its principals, officers, agents, employees, vendors, suppliers, subconsultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
28
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Contract. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
4. To the extent authorized by law, as much of the money due Contractor under and
by virtue of the Contract as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages
as aforesaid.
5. The rights and obligations set forth in this Article shall survive the termination of
this Contract.
H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all
other Contract Documents by Contractor is a representation that Contractor has visited
the Project Site, has become familiar with the local conditions under which the work is to
be performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
J. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant or condition.
29
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed
the dates written below.
APPROVED AS TO FORM
OFFICE OF THE CITY ATTORNEY
Date: 5
Aaron6--Harp
City Attorney
� . - r • 1 �7 1
Leilani I. Brown
City Clerk
30
CITY OF NEWPORT BEACH
A California Municipal Corporation and City
and Charter City
Date: _ � '
By:
Keith D. Curry
Mayor
NOBEST INCORPORATED
a California corporation
la
Title: President
Print Name: Larry Nodland
Date: 2-19-13
By: e
(Financia fficer)
Title: Secretary
Print Name: Robert Nodland, II
Date: 2-19-13
State of California
County of Orange
On 2 ®19 --P before me, Ray E. Anderson/Notary Public
(Here insert name and title of the officer)
personally appeared Larry Nodland and Robert Nodland 11
who proved to Ire on the basis of satisfactory evidence to be the person(s) whose name(s) s9aare subscribed to
the within instrument and acknowledged to me chat. s}te9they executed the same in t i5 sdtheir authorized
capacity(ies), and that by Yis'/Wtheir signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
DESCRIPTION OF THE ATTACHED DOCUMENT
„(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages _ _ Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
❑
Corporate Officer
KAY E. ANDERSON
(Title)
�
COMA#1 852452 O
WITNESS my d and official seal.
1
C
NOTARY PUBLIC CALIFaRNTA .�
CRANGECOUNTY
Trustee(s)
❑
Expi.es.Une 13. 213
-—�—-<-
(Notary seal)
DESCRIPTION OF THE ATTACHED DOCUMENT
„(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages _ _ Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
❑
Corporate Officer
(Title)
❑
Parmer(s)
❑
Attorney-ln-Fact
❑
Trustee(s)
❑
Other
2008 Version CAPA vl2.10.07 800-873-9865 %v w.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acotowledgmem completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknawledhmrent form must be
properly completed and attached to that document The only exception is tf a
document is to be recorded outside of Cahfornia. In such instances, any alternative
acknowledgment verbiage as may be primed on such a document so long as the
verbiage does not require the notary to do something that a Illegal for a notary in
California #.e. cerxifymg the authorized capacity of the signer). Please check the
document carefullyfor proper notoriad wording and coach this form ifrequired.
• State and County information must be the State and County where the document
signers) personally appeared before the notary public for acknowledgment,
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Pitot the name(s) of document signer(s) who personally appear at the time of
notarization.
• indicate the correct singular or plural fomes by crossing off incorrect forras (i.e.
kdshehhay is hare) or circling the Correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression most be clear and photographically reproducible.
Impression most not cover text or lines. If seat impression Smudges, re -seal if a
sufficient areapermits, otherwise complete a different acknowledgment form.
• Signature of the rotary public most match the signature on file with the air= of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary)_
• Securely attach this document to the signed document
This bond was executed in two(2) PREMIUM IS FOR CONTRA(I TERM
AND IS SUBJECT TO AWUSTMENT
identical counterparts. BASED ON FINAL FONT RACT PRICE
Citv of Newport Beach
Contract No. 5152
BOND NO. CAC100110
+ •' u' F•. �..
The premium charges on this Bond is $ 1 s , 2 s o . o o ...
being at the rate of $25.00 IS.00 / 10.00 Der thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Nobest Incorporated, hereinafter designated as the "Principal", a contract for
construction of BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT
RECONSTRUCTION, Contract No. 5152 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. 5152 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and Merchants [3a ina Company [Mutual)
duly authorized to transact business under the laws of the State of
California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport
Beach, in the sum of One Million, One Hundred Seventy -Five Thousand and 001100 Dollars
($1,175,000.00) lawful money of the United States of America, said sum being equal to 1041% 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.
31
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
Surety above named, on the i5rh day of February , 2413.
Nobest Incorporated
Nobest Incorporated (Principal)
Merchants Bonding Company (Mutual)
Name of Surety
2100 Fleur Drive
Des Moines IA 50321
Address of Surety
(800) 678-8171
Telephone
Artnro Ayala, Attornev-In-Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURE MUST BE
ATTACHED
WA
State of California
County of Orange
Cin February 15, 2013 before me, Kay E. Anderson/Notary Public
(Here intent name and title of the officer)
personally appeared
who proved to me on the.basis of satisfactory evidence to be the person zf whose namej"is/subscribed to
the within instrument and acknowledged to me that he/.shc/�Wexecuted the same in his/Wfljeif°authorized
capacity, and that by hisjIce177oI signature,Won the instrument the person; or the entity upon behalf of
which the personp)*'acted, executed the instrument.
I certify.under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct. ---
/ �> KAY 44DERSCN
and official seal. COP14M. #1$52452 O
hOTARYPU8,c CAWFCRMA
/9 ORAN E000NTY '-I MY Comm Expi2+s,)iire 13, 2013
(Notary Seal)
DESCRIPTION OF THE ATTACHED DOCUMENT
,(Title or description of attached
(Title or description of attached document continued)
Number of Pages _ Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
❑
Individual (s)
®
Corporate Officer
President
(Title)
❑
Partner(s)
❑
Attomey-in-Fact
❑
Trustee(s)
❑
Other
2008 version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the rotary section or a separate acknowledgment form must be
properly completed and attached to that document The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as maybe printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i. e, certifying the authorized capachy of the signer). Please check the
document carefullyfor proper notarial wording and attach thisform if required
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment
• Date of notarization must be the date that the signer(s) personally appeared which
most also be the same date the acknowledgment 1s completed.
• The notary public most print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/sheldW- is /are) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, reseal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
A Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
MPYMPW..PPP YYYYPMPYbY YRY YPY W......WYYYWYYbYYY YMWWWWYYY YW...... Y......... MA..MM,
State of California
County of
Ss.
On before me, Notary
Public, personally appeared
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacky(ies), and that by his/herttheir signajares(s) on the
instrument the person(s), or the entity upon behalf of which the person(s)d, executed the
instrument. 7
I certify under PENALTY OF PERJURY under the laws of the State 6f California that the
foregoing paragraph is true and correct. /
WITNESS my hand and official seal.
Signature
.WWM.................. PW...MW............
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with
Paper Identification
Credible Witnesses)
Capacity of Signer:
Trustee
Power of Attt
CEO / CFO t
President / V
Other:
Other
OPTIONAL
Identification
/ Secretary I Treasurer
33
(seal)
PP.... YWM................. 0.0.....I
Thumbprint of Signer
Check here if
no thumbprint
or ingeipont
Is available.
... W ... YYAWY®YWYY¢W..AWN.WN..................YM YY MWMYMA MWY...... "M ... WWWYd Wask
State of California
County of orange
On 2115/13 — uan Pu(Th
before me, ss _ Notary
Public, personally appeared Arri,rn Ayala
proved to me on the basis of satisfactory evidence to be the person(B) whose name(s) is/am
subscribed to the within instrument and acknowledged to me that he/sh&utw executed the
same in hs/bti'03eitz authortzed capacity", and that by hislheg1hojj� signatures(;) on the
Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct,
WITNESS my hand and official seal,
Signature susan PugTi
---
SUSAN PUGH
COMM. #:1934229nBj
Notary pu b(Ic-California s0nANCa
Cc U NTY ap
Cofim. Expires Apr 29, 2015
(seal)
......................... WWW.WWW..W...... A ...... *.No MMM. W .... $YM.YM M.... YWMYMM,
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
2/15;13 _ Thumbprint of Signer
Faithful Performance_ Bond
Type of Satisfactory Evidence:
Personally Known with Paper Identification
_ Paper Identification
Credible Witness(es)
Capacity of Signer.
Trustee
X Power of Attorney
CEO / CFO / Cao
ry President/ Vice -President/ Secretary/ Treasurer
X__Other:
Other
34
E]
❑ Check here if
no thumbprint
or fingerprint
Is available.
PREMIUM IS FOR CONTRACT TERM
ARID IS SUBJECT TO ADJUSTMENT
This bond was executed in two(2) RASED ON FINAL CONTRACT PRICE_
identical counterparts.
City of Newport Beach
+
9MAIRUM9
BOND NO. CAc100110
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Nobest Incorporated, hereinafter designated as the "Principal," a
contract for construction of BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT
RECONSTRUCTION, Contract No. 5152 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. 5152 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,
Mgrchants Bonding company (Mutual) duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are
held firmly bound unto the City of Newport Beach, in the sum of One Million, One Hundred
Seventy-f=ive Thousand and 00/100 Dollars ($1,175,000.00) 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.
35
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 i5th day c
Nobest Incorlporated
Nobest Incorporated (Principal)
Merchants Bonding Company (Mutual)
Name of Surety
2100 Fleur Drive
Des Moines IA 50321
Address of Surety
(800) 678-8171
Telephone
Arturo Ayala, Attorney -In -Fact
Print Name and Title
NOTARYs OF s •- AND SURETY MUST e7
47TACHED
36
F
to
State of California
County of Orange
On February 15,2013 before me, Ray E. Anderson/Notary Public
(Here insert name and title of the officer)
personally appeared Larry Nodland
who proved to me on the basis of satisfactory evidence to be the personywhose nanfc , `is/#r�subscribed to
the within instrument and acknowledged to me that helAdht pr executed the same in his/ wf*eitauthorized
capacity, and that by hisjTerf x� kr'signatureyon the instrument the person); or the entity upon behalf of
which the personp"acted, executed the instrument.
I certify under PENALTY OF PERJURY tinder the laws of the State of California that the foregoing paragraph
is true and correct.
��
KAYE.AND'cR50N
WITNESS my hand and official seal.
COMM. #i 852452
C.i N r•: l :�
/ 0
NOTARY PUBLIC -CALIFORNIA
ORANGE COUNTY „a
\
°(M
- Commplres Je un13,2013
(Notary Seat)
❑
DESCRIPTION OF THE ATTACHED DOCUMENT
,(Tide or description of attached document)
(Tine or description of attached document continued)
Number of Pages _ Document Date
(Additional information)
CAPACITY CLAIIvfED BY THE SIGNER
❑
Individual (s)
IN
Corporate Officer
President
(Title)
❑
Parmer(s)
❑
Attorney -in -Fact
❑
Trustee(s)
❑
Other
2008 Version CAPA vl2.10A7 800-873-9865 www.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acbunvledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that a illegal for a notary in
California (i.e. terrifying the authorized capacity of the signer). Please check the
doc+anent carefullyfor proper notarial wording and attach thisform if required
• State and County infommtion must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public most print his or her time as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (io-
hatshelthay— is lace ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover test or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment to=,
• Signature of the notary public must match the signature on file with the office of
the county clerk.
e Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate tide or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the tide (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
Y
tlHYtlpp YM pYRYbYp®YgpR RRPRpRpq®H Pp RY YYY ptl YtlpppYpp RP pOpq RgMMPP Y®®Y®YY Pp YpY tlbpHi Ypl
State of California
County of } ss.
On
Public, personally appeared
before me,
Notary
_ ,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same In his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted,c ecuted the
instrument. !
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct. j
WITNESS my hand and official seal.
Signature
(snap
bPbpYp.Y...... Y.00............ YPY...Y.............Y P Y. Y.YR..... p..P...........
OPTIONAL INFORMAT/Ol�i
Date of Document Thumbprint of Signer
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President 1
Other:
Other
/Treasurer
37
r] Check here if
no thumbprint
or fingerprint
Is available.
........... M.WWW®Wtlt....W..M WWW. W.... tu...... ow.......... W$WW®t®ttl.........I
State of California
County of orange )ss.
On 2/15/13 before me, Susan Pugh Notary
Public, personally appeared Arturo Ayala
,who
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/herltheir authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature Susan Pugl
, SUSAN PUGH COM M. 41934229 N
.< Notary Pubiic-California tt
ORANGE COUNTY a
`.a My Somm: ao'r, Apr 29,2015
(seal)
........ WWW............WW®W9ko..Y.W.t...........WW.. Y..... woo W.O...... 0.......I
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
OPTIONAL INFORMATION
2/15Z13 Thumbprint of Signer
Labor and Materials Payment Bond
No
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness{es)
Capacity of Signer:
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary'/ Treasurer
_Other: Attorne -in-Fact
Other
❑ Check here if
no thumbprint
orfngerprint
is available.
MERCHANT Bond No. CAC100110
BONDING COMPANY..
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING,
INC., both being corporations duly organized under the taws of the State of Iowa (herein collectively called the "Companies"),
and that the Companies do hereby make, constitute and appoint, individually,
Andrew Waterbury; Arturo Ayala; Daniel Huckabay; Dwight Reilly
of Orange and State of CA their true and lawful Atfomey-in-Fact, with full power
and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are
hereby ratified and confirmed.
This Power-of-Attomey is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National
Bonding, Inc., on October 24, 2011.
'The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys -m -Fact, and to authorize them to execute on behalf of the Company, and attach the
seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,
or other suretyship obligations of the Company, and such signature and seat when so used shall have the same force and
effect as though manually fixed."
In Witness whereof, the Companies have caused this instrument to be signed and sealed this 27thday of February . 2012.
s+``,A,T„.: tl.�t1V :'•••• r:r!k76•, MERCHANTS BONDING COMPANY (MUTUAL)
py Bt -
'}49 "q `O:VO�PORgf1- MERCHANTS NATIONAL BONDING, INC.
•�"- 203 :.� • ;a••' 1433
', gee 7f ��
` y�, c:` By
s�.r��;�•......,•:i,�c�,�.=' '•,�,,�....... •`ted:
STATE OF IOWA p s! a*+
COUNTY OF POLK ss. '^ o+•,."'`+ President
On this 27thday of February 2012, before me appeared Larry Taylor, to me personally known, who being by me duly swam did
say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Oficial Seal at the City of Des Moines, Iowa, the day and year
first above written.
.� MARANDA GREEN
Commission Number 770312
My Commission Expires
°Wt October 28, 2014
Notary Public, Polk County, Iowa
STATE OF IOWA
COUNTY OF POLK ss.
1, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL. BONDING, INC.,
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 and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on
this 15th day of February . _ 2013
POA 0014 (11/11)
Secretary
CONTRACT NO. 5152
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform all
work required to complete Contract No. 5152 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Sum Mobilization and Demobilization
r'" 1
�7a r— � efll hall �f�7 Dollars
and
Cents $
Per Lump Sum
2. Lump Sum Traffic Control
airand
G/ Pry
.�..
/00 Cents
$.�.
Per Lump Sum
3. Lump Sum Surveying Services
@ 5ix/PPr Dollars
and
%J t Cents
$ (•
Per Lump Sum
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Provide As -Built Drawings
5.
1.1
7
am
@ Three Thousand Dollars
and
Zero Cents $ 3,000.00
Per Lump Sum
160,000 S.F. Remove & Reconstruct 8 -in Thick
PCC Street Pavement
Dollars
and
Cents $. $i'.
Per Square Foot -
3,500 LF. Remove & Reconstruct
Type "B" PCC Curb
Dollars
and
PV0 Cents $ _ $ t , AV
Per Linear Foot
300 S.F. Remove & Reconstruct 8 -in Thick
PCC Cross Gutter
@ 7en Dollars
kIand p } = ` Cents $ t $ 1�.j
Per Square Foot
900 S.F. Remove & Reconstruct 8 -in Thick
PCC Alley Approach
@ f' Dollars
and
N66 Cents $ o' $ [ >
,Per Square Foot --
3,000 S.F. Remove & Reconstruct 6 -in Thick
PCC Driveway Approach
@ G'(I1 Dollars
r- o
and
10 Gents
Per Square Foot
PR3of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10.
11
12.
13.
M
2,500 S.F. Remove & Reconstruct 4 -in Thick
PCC Sidewalk
@ r U e Dollars
and
Cents $
Per Square Foot
10 EA. Remove & Replace Water Meter Box
@ At YI(A" Dollars
� and�� s �=
Cents $ ���
Per Each
35 EA. Remove & Replace Water Valve
Frame and Cover
@ eftP / °'W?arN41 Dollars
A/0
and
A/0 Cents $ 16,x.. $
Per Each T-
3 EA. Remove & Replace Sewer Cleanout
Frame and Cover to Grade
@ One /_�al2, lA Dollars
/ and/l� ,;
U' Cents $ !��
Per Each
22 EA.
Adjust Manhole Frame
and Cover to Grade
@ Dollars
and
Cents
Per Each
1 0 oe
mo Ole:
15. 1 EA. Remove Tree14 411ay
r
Dollars
and
jet Cents
Per Each
E
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
16, 18 EA. Remove and Reconstruct PCC
Curb Access Ramp.
w &41-elvi
@ Dollars
�,{/[ and
/ C Cents $
Per Each
17. 12 EA. Install Raised Truncated Dome and
Grind Ramp Lip at Existing Access Ramp
(a) Ya lZil ea, Dollars
and
GSC` Cents $ l! $10
Per Each
18. Lump Sum Remove and Reconstruct 6 -in `f hick
PCC Boat Access Ramp
@ �^ 1 j7 Dollars
and
No Cents $ IG
Per Lump Sum
19. 2 EA. Remove Existing and Reconstruct
Catch Basin Top Slab g }
"P �✓7tP!
Dollars
�e
f and s �, r /
Cents $� $ �`
Per Each
20. 8,500 S.F. Remove Exist. Parkway Nardscape
and Backfill with Top Soil
-FivU Dollars
e , and
c
-FA, I � f Cents
Per Square Foot
21. 500 C.Y. Import Sand for Pavement
Subbase
Dollars
-� and } L
Cents $ $�
Per Cubic Yard
@ C/'q"-JACqSgizi Dollars
and
NO Cents
Per Each
27. 5 EA. Remove and Replace Electrical
Pull Box to Grade
@ r4e,1441' Dollars
and
L i
ILI o, Cents $ �. $ 2,
Per Each
PR5of6
TOTAL
ITEM QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
22. 6 EA.
Remove, Restore and Install
Existing Sign on New Post
Dollars
and
�f
GJ
Ff
Cents
$
$
vUr
Per Each
23. 3 EA.
Install Stamped and Colored
Concrete Crosswalk '!
r
@ Jeyen 7L 4 Dollars
4� Cents
$ / j-and�
$
l f f' cx
Per Each
24. 45 EA.
Root Prune and Install Root Barrier
@ fle H44 6� Dollars
I/ and
,��`
—Cents
$
$
Per Each
25. 16 EA.
Construct 12 -in by 12 -in
Seep Drain Grate Inlet
@A`ye 'heit5 vd Dollars
and
1111/0
Cents
$
f
Per Each
26. 1 EA.
Remove and Replace Sewer Main Terminal
Cleanout Frame and Cover to Grade
@ C/'q"-JACqSgizi Dollars
and
NO Cents
Per Each
27. 5 EA. Remove and Replace Electrical
Pull Box to Grade
@ r4e,1441' Dollars
and
L i
ILI o, Cents $ �. $ 2,
Per Each
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
28. Lump Sum Install Striping, Pavement
and Curb Markings
r. �<
@ rpollars
1 and
f `, Cents $
Per Lump Sum
29. 1,800 L.F. Install Red Curb Marking
@ Dollars
r71 and
Cents $
Per Linear Foot
30. 200 L.F. Remove Red Curb Marking
Ile Dollars
and�y
t tj (✓ Cents $ $
Per Linear Foot
31. 160,000 S.F. Subgrade Preparation
@' Dollars
and � � /kk
Cents $ $
Per Square F of
TOTAL PRICE IN WRITTEN WORDS
and Z fiO Cents
Date
Bidder's Telephone and Fax Numbers
Bidder's License No(s).
and Classification(s)
$ orf 7 Oed
Total Price (Figures)
Bidder's Address
Bidder's email address;
and Title
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA BOULEVARD AND CHANNEL ROAD PAVEMENT RECONSTRUCTION
CONTRACT NO, 5152
INTRODUCTION
PART 1 ---GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK 1
2-6
WORK TO BE DONE 1
2-7
SUBSURFACE DATA 1
2-9
SURVEYING 2
2-9.1
Permanent Survey Markers 2
2-9.4
Line and Grade 2
SECTION 3
CHANGES IN WORK 2
3-3
EXTRA WORK 2
3-3.2
Payment 2
3-3.2.3
Markup 2
SECTION 4
CONTROL OF MATERIALS 3
4-1
MATERIALS AND WORKMANSHIP 3
4-1.3
Inspection Requirements 3
4-1.3.4
Inspection and Testing 3
SECTION 5
UTILITIES 3
5-1
LOCATION 3
5-2
PROTECTIONS 3
5-7
ADJUSTMENTS TO GRADE 4
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK 4
6-1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
4
6-1.1
Construction Schedule
4
6-7
TIME OF COMPLETION
4
6-7.1
General
4
6-7.2
Working Days
5
6-7.4
Working Hours
5
6-9
LIQUIDATED DAMAGES
6
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
6
7.7
COOPERATION AND COLLATERAL WORK
6
7-8
PROJECT SITE MAINTENANCE
6
7-8.4.3
Storage of Equipment and Materials in Public Streets
6
7-8.6
Water Pollution Control
7
7-8.6.2
Best Management Practices (BMPs)
7
7-8.7.2
Steel Plates
7
7-10
PUBLIC CONVENIENCE AND SAFETY
8
7-10.1
Traffic and Access
8
7-10.3
Street Closures, Detours, Barricades
8
7-10.4
Public Safety
9
7-10.4.1
Safety Orders
9
7-10.5
"No Parking" Signs
9
7-10-6
Notice to Residents
9
7-16
CONTRACTOR LICENSES
10
7-16
CONTRACTOR'S RECORDSIAS BUILT DRAWINGS
10
SECTION 9
MEASUREMENT AND PAYMENT
10
9-3
PAYMENT
14
9-3.1
General
10
9-3.2
Partial and Final Payment
14
.:f1 ig • s iIh P-1940T'E4.i
SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 15
201-1 PORTLAND CEMENT CONCRETE 16
201-1.1.2 Concrete Specified by Class 15
201-2
REINFORCEMENT FOR CONCRETE
15
201-2.2.1
Reinforcing Steel
15
201-4
CONCRETE CURING MATERIALS
15
201-4.1.1
General
15
201-7
NON -MASONRY GROUT
21
201-7.2
Quick Setting Grout
21
SECTION 212
LANDSCAPE AND IRRIGATION MATERIALS
15
212-1
LANDSCAPE MATERIALS
15
212-1.6
Root Barriers
15
SECTION 214
PAVEMENT MARKERS
15
214-4
NONREFLECTIVE PAVEMENT MARKERS
15
214-5
REFLECTIVE PAVEMENT MARKERS
15
SECTION 300
EARTHWORK
16
300-1
CLEARING AND GRUBBING
16
300-1.3
Removal and Disposal of Materials
16
300-1.3.1
General
16
300-1.3.2
Requirements
16
300-1.5
Solid Waste Diversion
16
SECTION 301
TREATED SOIL, SUBGRADE PREPARATION
AND PLACEMENT OF BASE MATERIALS
17
301-1
SUBGRADE PREPARATION
17
301-1.2
Preparation of Subgrade
17
301-1.3
Relative Compaction
17
SECTION 302
ROADWAY SURFACING
17
302-6
PORTLAND CEMENT CONCRETE PAVEMENT
17
302-6.6
Curing
17
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
17
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS 17
303-5.1 Requirements 17
303-5.1.1
General
17
303-5.5
Finishing
18
303-5.5.1
General
18
303-5.5.2
Curb
18
303-5.5.4
Gutter
18
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATTION
18
308-1
GENERAL
18
SECTION 310
PAINTING
19
310-5
PAINTING VARIOUS SURFACES
19
310-5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
19
310-5.6.7
Layout, Alignment and Spotting
19
310-5.6.8
Application of Paint
19
310-5.6.11
Pavement Markers
20
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
20
312-1
PLACEMENT
20
-s •
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R -6030-S); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(2004 Edition), including Supplements; (4) Standard Specifications for Public Works
Construction (2009 Edition), including supplements. Copies of the City's Standard
Special Provisions and Standard Drawings may be purchased at the Public Works
Department. Copies of the Standard Specifications may be purchased from Building
News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter;
2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of removing existing pavement, sidewalk, curb and gutter, cross
gutter, driveway approaches, curb access ramps, and constructing new concrete
pavement, sidewalk, curb, driveway approaches, curb access ramps; installing new
pavement striping, curb painting; adjusting utilities to grade and performing other
appurtenant and incidental items of work as required to complete the work in place."
2-7 SUBSURFACE DATA Add to this section, "A copy of the Pavement Evaluation
Report, Laboratory Testing, and Pavement Rehabilitation Recommendations for Balboa
Boulevard and Channel Road PCC Reconstruction is available on the City's FTP site:
ill. i •.. i
The report is saved in the following directory:
Balboa Blvd and Channel Rd Reconstruction/Geotechnical Report"
SP2OF20
2-9.1 Permanent Survey Markers. Delete this section and replace with the following:
"The Contractor shall, prior to the beginning of work, inspect the project for existing
survey monuments and then schedule a meeting with the City Surveyor to walk the
project to review the survey monuments. The Contractor shall protect all survey
monuments during construction operations. In the event that existing survey
monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or
monuments damaged by the Work."
2-9.4 Line and Grade. Add to this section: "The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyor for this project is Walden & Associates in Irvine,
CA, and can be contacted at (949) 660-0110. At a minimum, two (2) sets of cut -sheets
for all areas shall be included in the bid price and copies of each set shall be provided
to City 48 -hours in advance of any work. In addition, the filing of a Corner Record
and/or a Record of Survey with the County Surveyor's Office is required after the
completion of Work. Prior to any demolition Work the Contractor shall prepare and
submit the Corner Records for review by the City a minimum of three (3) working days
before the anticipated Work.
3-3.2 Payment
3-3.2.3 Markup. Replace this section with the following:
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ............... .._...... ....,......... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, one (1) percent
shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied
to the Subcontractor's actual cost (prior to any markups) of such work. A markup of
10 percent on the first $5,000 of the subcontracted portion of the extra work and a
markup of 5 percent on work added in excess of $5,000 of the subcontracted portion
of the extra work may be added by the Contractor.
4-1.3 Inspection Requirements
Add Section 4-1.3.4 Inspection and Testing
"4-1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor
shall furnish the Engineer full information as to the progress of the work in its various
parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's
readiness for inspection. Submittals are required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor."
SECTION 5 ---UTILITIES
5-1 LOCATION. Add the following after the 3`d paragraph: "Within seven (7)
Calendar days after completion of the work or phase of work, the Contractor shall
remove all USA utility markings. Removal by sand blasting is not allowed. Any surface
damaged by the removal effort shall be repaired to its pre -construction condition or
better."
5-2 PROTECTION. Add the following: "in the event that an existing pull or meter
box or cover is damaged by the Work and is not re -useable, the Contractor shall
provide and install a new pull or meter box or cover of identical type and size at no
additional cost to the City."
6-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade
of City -owned water meter boxes, water valve covers, sewer manholes, sewer
cleanouts and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and any other utility facilities to have their
existing utilities adjusted to finish grade. The Contractor shall coordinate with each
utility company for the adjustment of their facilities in advance of work to avoid potential
delays to the Project Schedule.
SECTION 6 ---PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6-7, shall commence on the
date of the `Notice to Proceed.'
6-1.1 Construction Schedule. Add the following between the first and second
paragraphs of this section:
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to the pre -construction meeting.
Schedule may be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 60 consecutive working days after the date on the
Notice to Proceed.
The Contractor shall ensure the availability and delivery of all material prior to the start
of work. Unavailability of material will not be sufficient reason to grant the Contractor an
extension of time for 100 percent completion of work."
SP 5 OF 20
6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1St
(New Year's Day), the third Monday in January (Martin Luther King Day), the third
Monday in February (President's Day), the last Monday in May (Memorial Day), July 41n,
the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth
Thursday and Friday in November (Thanksgiving and Friday after), December 24tH
(Christmas Eve), December 25tH (Christmas), and December 31St (New Year's Eve). If
the holiday falls on a Sunday, the following Monday will be considered the holiday. If
the holiday falls on a Saturday, the Friday before will be considered the holiday."
Add the following Section 6-7.4 Working Hours
6-7.4 Working Hours. Normal working hours are limited to 7:00 AM to 4:30 PM,
Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above_
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 PM to 6:30
PM on weekdays or 8:00 AM to 6:00 PM on Saturday only. A request for working
outside the normal working hours must be made at least 72 hours in advance of the
desired time period. A separate request must be made for each work shift. The
Engineer reserves the right to deny any or all such requests. Additionally, the
Contractor shall pay for supplemental inspection costs of $146 per hour when such time
periods are approved.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$500.00.,,
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that the above liquidated damages
per day is the minimum value of the costs and actual damage caused by the failure of
the Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly preplanned continuous sequence so as to minimize
inconvenience to residences, businesses, vehicular and pedestrian traffic, and the
public as a result of construction operations."
7-1.2 Temporary Utility Services. Add to this end of this section: "If the
Contractor elects to use City water, he shall arrange for a meter and tender an $857
meter deposit with the City. Upon return of the meter to the City, the deposit will be
returned to the Contractor, less a quantity charge for water usage and repair charges
for damage to the meter."
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc.
City shall designate to the Contractor the location of the fire hydrant or other connection
acceptable for drawing of construction and temporary water. City reserves the right to
limit the location, times and rates of drawing of such water"
7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
seven calendar days notice of the time he desires the shutdown of water and/or sewer
facilities to take place.
A four-hour shut down of water facilities during the daytime hours of 10:00 AM to 2:00
PM or a six -hour shut down between the nighttime hours of 11:00 PM to 5:00 AM will be
allowed. The Contractor will be responsible for completing all water connections within
the time period allowed. The times and dates of any utility to be shut down must be
coordinated with the Engineer. The City must approve any nighttime work in advance.
It is the Contractor's responsibility to notify the affected business and residents of the
upcoming water shutdown with a form provided by the Engineer at least 48 hours
minimum in advance of the water shut down."
The Contractor shall provide and install new water meter and valve boxes. Existing
water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve
boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 18th
Street, The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the Utilities Operation Manager, at (949) 718-3402."
Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets
7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the
first paragraph and add the following: "Construction materials and equipment may only
be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance.
It is the Contractor's responsibility to obtain an area for the storage of equipment
and materials. The Contractor shall obtain the Engineer's approval of a site for
storage of equipment and materials prior to arranging for or delivering equipment and
materials to the site. Prior to move -in, the Contractor shall take photos of the laydown
area. The Contractor shall restore the laydown area to its pre -construction condition.
The Engineer may require new base and pavement if the pavement condition has been
compromised during construction."
7-8.6 Water Pollution Control. Add to this section, "Surface runoff water,
including all water used during sawcutting operations, containing mud, silt or other
deleterious material due to the construction of this project shall be treated by filtration or
retention in settling basin(s) sufficient to prevent such material from migrating into any
catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also
comply with the Construction Runoff Guidance Manual which is available for review at
the Public Works Department or can be found on the City's website at
www.newoortbeachca.aovlpublicworks and clicking on permits, then selecting the link
Construction Runoff Guidance Manual. Additional information can be found at
www. clea nwaternewport, com. °
7-8.6.2 Best Management Practices (BMPs). Add to this section: The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cuffing and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code,
7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip
resistant type per Caltrans Standards. In addition, steel plates utilized on arterial
highways shall be pinned and recessed flush with existing pavement surface."
CaT'rTai�i l
�a� a a�.aei
7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accordance with Section 7-10 of the Standard
Specifications and the Work Area Traffic Control Handbook (WATCH), also published
by Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work
must be maintained at all times. The Contractor shall cooperate with the Engineer to
provide advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other
measures deemed necessary by the Engineer to safely direct the public around areas
of construction, and into (and out of) the affected establishments."
7-10.3 Street Closures, Detours and Barricades.
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 (W.A.T.C.H), Latest Edition. Traffic control and
detours shall incorporate the following items:
1. Emergency vehicle access shall be maintained at all times.
2. The locations and wordings of all barricades, signs, delineators, lights, warning
devices, parking restrictions, and any other required details shall ensure that all
pedestrian and vehicular traffic will be handled in a safe manner with a
minimum of inconvenience to the public.
3. All advanced warning sign installations shall be reflectorized and/or lighted
4. The Contractor shall accommodate the City's trash collection. If the
Contractor elects to work on a street during its trash collection day, it shall be
the Contractor's responsibility to make alternative trash collection
arrangements by contacting the City's Refuse Superintendent, at (949) 718-
3468 and all affected property owners. The City's normal trash collection for
this area is Monday.
b. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure
6. Contractor shall maintain one lane of traffic in one direction at all times to
maintain traffic circulation in the area.
7. Contractor shall restore access to driveways or alley approaches within 10
consecutive working days of concrete removal.
8. Prior to the start of construction, Contractor shall submit a construction
phasing plan for City review and approval. Contractor may not work on
consecutive blocks at a time in an effort to provide for adequate resident
parking during construction."
7-10.4 Safety
7-10.4.1 Safety Orders. Add to this section; `The Contractor shall be solely and
completely responsible for conditions of the job -site, including safety of all persons and
property during performance of the work, and the Contractor shall fully comply with all
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
Add the following Section 7-10.5 "No Parking" Signs
7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place
"NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty-eight hours in advance of the need for enforcement.
The signs will be provided by the City at no cost to the Contractor. However, the City
reserves the right to charge $2.00 per sign following any excessive abuse or wastage of
the signs by the Contractor. In addition, it shall be the Contractor's responsibility to
notify the City's Police Department at (949) 644-3717 for verification of posting at least
forty-eight hours in advance of the need for enforcement. The City of Newport Beach
"Temporary Tow -Away, No Parking" signs are available at the Public Works
Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample
of the completed sign shall be reviewed and approved by the Engineer prior to posting.
Add the following Section 7-10.6 Notice to Residents
7-10.6 Notices to Residents. Ten working days prior to starting work,
the Contractor shall deliver a construction notice to residents within 500 feet of the
project, describing the project and indicating the limits of construction. The City will
provide the notice.
Forty-eight hours prior to the start of construction, the Contractor shall distribute to the
residents a second written notice prepared by the City clearly indicating specific dates
in the space provided on the notice when construction operations will start for each
block or street, what disruptions may occur, and approximately when construction will
be complete. An interruption of work at any location in excess of 14 calendar days shall
SP 10 OF 20
require re -notification. The Contractor shall insert the applicable dates and times at the
time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
Add the following Sections:
7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a General Engineering Contractor "A" License.
At the start of work and until completion of work, the Contractor and all Sub -contractors
shall possess a valid Business License issued by the City of Newport Beach.
7-16 CONTRACTOR'S 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 reviewed by the Engineer at the time each progress bill is submitted.
Any changes to the approved plans that have been made with approval from the
Engineer shall be documented on the "As -Built" drawings.
The "As -Built" shall be submitted and approved by the Engineer prior to final payment
or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material."
9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work, including
restoring all existing improvements, to complete the item of work in place and no other
compensation will be allowed thereafter. Payment for incidental items of work not
separately listed shall be included in the prices shown for the other related items of
work. The following items of work pertain to the bid items included within the Proposal:
SP 11 OF 20
Item No. 1 Mobilization and Demobilization: Work under this item shall include
providing bonds, insurance and financing, preparing the BMP Plan, preparing and
updating the construction schedule and phasing plan, and all other related work as
required by the Contract Documents. It shall also include work to demobilize from the
project site including but not limited to site cleanup, removal of USA Markings and
providing any required documentation as noted in these Special Provisions.
Item No. 2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs and all costs incurred
notifying residents. In addition, this item includes providing the traffic control required
by the project including, but not limited to, signs, cones, barricades, flashing arrow
boards and changeable message signs, K -rail, temporary striping, flagpersons. This
item includes furnishing all labor, tools, equipment and materials necessary to comply
with the W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements.
Item No. 3 Surveying Services: Work under this item shall include establishing
survey controls, construction staking„ preliminary grades, final grades, all horizontal
alignment, as -built field notes, filing of corner records, reestablishment of property
corners disturbed by the work, protection and restoration of existing monuments and
other survey items as required to complete the work in place.
Item No. 4 Provide As -Built Drawings: Work under this item shall include all
actions necessary to provide as -built drawings. These drawings must be kept up to
date and submitted to the Engineer for review prior to request for payment. An amount
of $3,000 is determined for this bid item. The intent of this pre-set amount is to
emphasize to the Contractor the importance of as -build drawings.
Item No, 5 Remove and Reconstruct 8 -in Thick PCC Street Pavement: Work
under this item shall include sawcutting, removing existing PCC street, gutter, base and
subbase, disposing of excess material, grading, compaction, constructing 8 -in thick
PCC street pavement over compacted native sand per City of Newport Beach STD -
108 -L, STD -109-L, and all other work necessary to complete the work in place. This bid
item shall include full compensation for the storm drain local depression at "K" Street.
Item No. 6 Remove and Reconstruct Type "B" PCC Curb: Work under this item
shall include removing and disposing of the existing curb, compacting subgrade,
reconstructing curb openings of existing curb drains, constructing PCC curb and gutter,
re -chiseling of curb face for existing underground utilities, restoring all existing
improvements damaged by the work, and all other work items as required for
performing the work complete and in place.
Item No. 7 Remove and Construct 8 -in Thick PCC Cross Gutter: Work under this
item shall include removing and disposing of the cross gutter and spandrels, subgrade
compaction, placing crushed miscellaneous base, base compaction, constructing 8 -in
thick PCC cross gutter, adjusting City utility facilities such as street lighting, sewer,
SP 12 OF 20
water, etc. boxes and covers to grade, and all other work items as required to complete
the work in place.
Item No. 8 Remove and Reconstruct 8 -in Thick PCC Alley Approach: Work under
this item shall include removing and disposing existing improvements and constructing
8 -in Thick PCC alley approach over compacted sand and all other work items as
required to complete the work in place.
Item No. 9 Remove and Reconstruct 6 -in Thick PGC Driveway Approach: Work
under this item shall include removing and disposing existing conflicting improvements
and constructing PCC driveway approach per applicable portion of City of Newport
Beach STD -162-L, STD -163-L, and all other work items as required to complete the
work in place.
Item No. 10 Remove and Reconstruct 4 -in Thick PCC Sidewalk: Work under this
item shall include removing and disposing of the existing sidewalk, subgrade
compaction, constructing the 4 -inch thick PCC sidewalk, and all other work items as
required to complete the work in place.
Item No. 11 Remove and Replace Water Meter Box. Work under this item shall
include all labor, tools, equipment, and material costs for removing the existing water
meter box and replacing with new water meter box to grade and all other work items as
required to complete the work in place.
Item No. 12 Remove and Replace Water Valve Frame and Cover: Work under this
item shall include all labor, tools, equipment, and material costs for removing the
existing water valve frame and cover and replacing with new water valve frame and
cover to grade and all other work items as required to complete the work in place.
Item No. 13 Remove and Replace Sewer Cleanout Frame and Cover to Grade:
Work under this item shall include all labor, tools, equipment, and material costs for
removing existing sewer cleanout frame and cover and replacing with new sewer
cleanout frame and cover to grade, and all other work items as required to complete the
work in place.
Item No. 14 Adjust Manhole Frame and Cover to Grade: Work under this item shall
include all labor, tools, equipment, and material costs for adjusting manhole frame and
cover to grade and all other work items as required to complete the work in place.
Item No. 15 Remove Tree: Work under this item shall include all labor, tools,
equipment, and material costs for removing tree, tree root, and backfill with compacted
sand and all other work items as required to complete the work in place.
Item No. 16 Remove and Reconstruct PCC Curb Access Ramp: Work under this
item shall include sawcutting, removal and disposal of conflicting portions of existing
improvements, compacting subgrade, construction of concrete access ramp per Plan
SP 13 OF 20
Detail and City standard plan, and all other work items as required to complete the work
in place. Raised truncated domes shall be dark grey colored and shall be "Terra
Paving" as manufactured by Wausau Tile, Inc (715) 359-3121 of Wisconsin or equal.
Curb ramp case and modifications are shown on the plans.
Item No. 17 Install Raised Truncated Domes and Grind Ramp Lip at Existing
Access Ramp: Work under this item shall include, but not limited to, grinding concrete
curb access ramp lip from the back of the depressed curb to flush against adjacent
gutter or roadway, sawcutting, removing and disposing of conflicting portions of
concrete access ramp, and constructing concrete base, installing minimum twelve
square feet of raised truncated domes per CNB STD -181-L, and all other work items as
required to complete the work in place. Raised truncated domes shall be dark grey
colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (562) 716-
8677 of Southern California.
Item No. 18 Remove and Reconstruct 6 -in Thick PCC Boat Access Ramp: Work
under this item shall include sawcutting, removal and disposal of conflicting portions of
existing improvements, compacting subgrade, constructing 6 -in Thick PCC boat access
ramp per Plan Detail, and all other work items as required to complete the work in
place.
Item No. 19 Remove and Reconstruct Catch Basin Top Slab: Work under this item
shall include sawcutting, removal and disposal of existing catch basin top slab;
reconstructing catch basin top slab per Plan Detail and applicable portions of CNB
STD -305-L, and all other work necessary to complete the work in place.
Item No. 20 Remove Existing Parkway Hardscape and Backfill with Top Soil: Work
under this item shall include sawcatting, removing and disposing existing hardscape
(bricks, pavers, concrete, etc.) as shown on plans and as directed by the Engineer,
backfilling with six inches of top soil to top of curb, and all other work necessary to
complete the work in place.
Item No. 21 Import Sand for Pavement Subbase: Work under this item shall
include importing and placement of clean sand as subbase material where needed,
grading, compaction, and all other work necessary to complete the work in place.
Item No. 22 Remove, Store and Reinstall Existing Sign on New Post: Work under
this item shall include removing and storing existing street sign, installing existing sign
on new 2" square Unistrut with 2-1/4" Unistrut base in 12"x12"x18" deep concrete
footing, and all other work items as required to complete the work in place.
Item No. 23 Construct Stamped and Colored Concrete Crosswalk: Work under this
item shall include forming and pouring a sample section of cross walk, removing
conflicting existing improvements, subgrade compaction, installing rebars, forming and
pouring colored concrete crosswalk per Plan Detail, and all other work items as required
to complete the work in place.
SP 14 OF 20
Item No. 24 Root Prune and Install Root Barrier: Work under this item shall include
root pruning, submittal of an arborist report by an ISA Certified Arborist, and installing
root barriers per Section 308-1, removal and disposal of excess soil and all other work
items as required to complete work in place.
Item No. 25 Construct 12 -in by 12 -in Seep Drain Grate Inlet: Work under this item
shall include all labor, tools, equipment, and material costs for the construction of 12 -in
by 12 -in seep drain grate inlet per Plan Detail; saw -cutting, removing and disposing of
the existing pavement and subgrade, compaction, and all other work items as required
to complete the work in place.
Item No. 26 Remove and Replace Sewer Main Terminal Cleanout Frame and
Cover to Grade: Work under this item shall include removing and replacing existing
sewer cleanout with new sewer main terminal cleanout to grade per CNB STD -400-L,
and all other work items as required to complete the work in place.
Item No. 27 Remove and Replace Electrical Pull Box to Grade: Work under this
item shall include removing and replacing existing electrical pullbox with new electrical
pullbox to grade per CNB STD -204-L, and all other work items as required to complete
the work in place.
Item No. 28 Install Striping, Pavement Markings: Work under this item shall include
removing and installing traffic striping, markings and markers and all other work items
as required to complete the work in place. This item shall include removing and
installing all pavement legends.
Item No. 29 Install Red Curb Marking: Work under this item shall include installing
red curb marking and all work items as required to complete the work in place. For
bidding purposes, assume 1,800 LF of red curb. In addition to the locations shown on
the plans, red curb markings shall be installed as directed by the Engineer.
Item No. 30 Remove Red Curb Marking: Work under this item shall include
removing existing red curb marking by sand blasting, hand scraping or other methods
as approved by the Engineer. For bidding purposes, assume 200 LF of red curb
marking to be removed. Locations will be as directed by the Engineer in the field.
Item No. 31 Subgrade Preparation: Work under this item shall include all labor,
tools, equipment costs to scarify the existing subgrade 12 inches deep, remove all
debris and organics, thoroughly water and recompact the subgrade, and all other work
items as required to complete the work in place.
9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the
following: "From each progress estimate, five (5) percent will be retained by the
Agency, and the remainder less the amount of all previous payments will be paid."
Add to this section: "Partial payments for mobilization and traffic control shall be
made in accordance with Section 10264 of the California Public Contract Code."
201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560-C-3250."
201-2.2.1 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. All reinforcing steel shall be epoxy coated."
201-4.1.1 General Add to this section: "The decorative crosswalk, as shown on the
plans, shall be colored using a Scofield shake -on color hardener or approved equal.
Prior to pouring any decorative concrete sections, a sample will be constructed by the
Contractor for approval of the colors and construction quality by the City. After approval,
it is the Contractor's responsibility to dispose of sample. The sample will be available to
the City two weeks prior to any scheduled decorative paving pour."
9 k.... ;'i T.
l
212-1.6 Root Barriers. Root barriers shall be Century Products CP Series or
approved equal. Root barriers shall be installed linearly, 10 -ft long, 24 -inch deep
behind the back of curb. Refer to Section 308-4.3 and construction drawings for
locations of root barriers.
214-4 NONREFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new non -reflective pavement markers types A and AY
shall be ceramic."
214-5 REFLECTIVE PAVEMENT MARKERS
Add to this Section: "All new reflective pavement markers shall have glass -covered
reflective faces or be 3M Series 290."
SP 16 OF 20
300-1.3 Removal and Disposal of Materials
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
htfp://newportbeachca.aov/index.asr)x?paae=157 and then selecting the link Franchised
Haulers List."
300-1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300-1.3.2 of the Standard Specifications for Public Works Construction
except as modified and supplemented herein. Joins to existing pavement lines shall be
full depth sawcuts. Final removal between the sawcut lines may be accomplished by
the use of jackhammers or sledgehammers. Pavement breakers or stompers will not
be permitted on the job. The Engineer must approve final removal accomplished by
other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
shall remove any broken concrete, debris or other deleterious material from the job site
at the end of each workday or as directed by the Engineer. All areas of roadway
removal and replacement shall have a minimum trench width of 3 -feet to facilitate
maximum compaction. Contractor shall meet with the Engineer to mark out the areas
of roadway removal and replacement.
The Contractor shall dispose of all excess or waste material and shall include all fees
for such disposal in the appropriate bid items."
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words 1-Y2 inch" of the last sentence
with the words 'two (2) inches".
Add the following Section 301.5 Solid Waste Diversion
300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
SP 17 OF 20
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer and provide appropriate confirmation documentation
from the recycling facility. All material disposal manifests shall be provided to the
Engineer prior to release of final retention."
• • - l : • y
OF -
301-1.2 Preparation of Subgrade. Replace the word "6 inches" to 12 inches" in
the second and the third paragraphs.
301-1.3 Relative Compaction. Replace the word "6 inches" to 12 inches" in the
second and the third paragraphs.
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."
•k' ION*I Z4 Lymy
303-5.1 Requirements
303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall
be opened to pedestrian access on the day following concrete placement. In addition,
all forms shall be removed, irrigation systems shall be repaired, and backfill or
patchback shall be placed within 72 hours following concrete placement. Newly poured
P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until
the concrete has cured to a minimum strength of 3,000 psi."
SP 18 OF 20
303-5.5.1 General. Add to this section: "The Contractor shall patch back AC,
PCC and brick within private property at locations shown on the plans in a manner that
matches the adjoining existing private property in structural section, texture and color."
303-5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb
markings that indicate sewer lateral or water valve location on the face of the curb. The
Contractor shall mark the curb with a chiseled "S" or "W" for sewer or water lateral and
a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the
curb face to the valve. A two (2) day notice to the Engineer is required for requests to
the City to determine the location of sewer laterals and water services."
303-5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line
tolerances to within 0.01 feet of those elevations shown on the plan."
SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General. Add to this section: "The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
shall submit an arborist report by an ISA Certified Arborist with recommendations by its
arborist to the City for review for safely pruning and removing tree roots. No roots shall
be pruned of removed unless this submittal is returned to the Contract as satisfactory.
Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester,
Mr, John Conway ((949) 644-3083) at the site to discuss City standards and
requirements.
If required, the submittal shall adhere to the following guidelines.
iIIIIIIIIIHOT011
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
c. A root pruning example at one selected site will be conducted and reviewed for
approval by the City's Urban Forester.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
SP 19 OF 20
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre -approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
f. For trees recommended for removal, the Contractor shall notify the Engineer
who will process the tree removal request with the Municipal Operations
Department.
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.
SP 20 OF 20
Paint for temporary traffic striping and pavement markings shall be white Formula No.
2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured
by Morton. These temporary paints shall be applied at 15 mils wet.
The final striping for all painted areas shall be sprayable reflectorized thermoplastic.
The sprayable reflectorized thermoplastic pavement striping shall not be applied until
the paving has been in place for at least 15 days. The thermoplastic shall be applied at
0.25 mm minimum thickness for all striping except crosswalks and limit lines — which
shall be 0.90 mm minimum thickness.
Primer shall be applied to concrete surfaces prior in application of thermoplastic
striping. The primer shall be formulated for the intended application.
If the Contractor fails to perform striping as specified herein, the Contractor shall cease
all contract work until the striping has been properly performed. Such termination of
work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and
re -notify the affected residents, at the Contractor's sole expense. In addition, if the
Contractor removes/covers/damages existing striping and/or raised pavement markers
outside of the work area, he shall re-stripe/replace such work items at no cost to the
City.
The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer,
temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is
more than one lane in any one direction, for more than three consecutive calendar
days. Dependent upon construction phasing, the Engineer may require the Contractor
to apply two applications of paint to maintain adequate delineation on base pavement
surfaces, at no additional cost to the City."
Add the following Section:
"314-5.6.11 Pavement Markers. "All Pavement markers shall comply with
Section 85 of the State of California Standard Specifications. Non -reflective markers
shall be ceramic. All new markers shall have glass faces or be 3M series 290."
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."
A ae
CERTIFICATE G ®F LIABILITY Y [FliSURANCE
1/29/2013
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the polley(loa) must be endorsed, If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder In lieu of such ondorsemeot(s).
.PRODUCER
Milestone Risk Management G Insurance Agency
License No. OB72766
B Corporate park, Ste ISO
Irvine CA 92606
cONTACTC,atherine Sari_ana
PRONE (949)852-0909 FnG..NU; Isasl, esz-alai
E-MAIL 9.5.1.osariana@milestonepromise.com
.....
_._...._.�...,.,
INSURERL9,IAFFORUING COVERAGE
i NAICA
wsURERA�:Great American Assurance Co.
26344
_ _
INSURED J
Nobest, Inc.
P.O. Box 874
Westminster CA 92664
msLL€LERa;Travelers Indemnit Com any o£
a5682
timumaRcASUI Indeannitv Co.
22314
msvReRoNravelers Proverr Casuals of
25674
INSURE E:Peerless Insurance Company ___
24198
INSURER Pt
X
CFAIFRAGFS CFRTIFICATENUMBER:12/13 Master REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUStONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1 ft LTA
7YPEOPINSURANCE
SUB R
LILY NUMBER
..t0...GY EFFV, I
MMfOPY EXP
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE $ 110001000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMSNADE 1X OCCUR
X
LP2101532
10/1/2012
10/1/2013
A GEA 0 RENT
IS S 50,000
MED EXP (AOY one ersmL S Exclude
_
PERSONAL&INOW URY $ .-1,000,000
GENERM AGGREGATE '$ 2,000,000
GENT AGGREGATE
LIMIT APPLIES PER
PRODD!CTS-COMRfOP AGO S 2,000,000
$
POLICY
X PRtl LOC
AUTOMOBILE LIABILITY
OGMBINEO SINGLE LI II' 1 000 ,,Q00
BODILY INJURY (Per person} $
B
X ANY AUTO
SCHEDULED
AUTOS AUTOS
X ALL OWNED NX
X HIREDAVTOS AAO WED
X
100782P771
0/1/2012
10/1/2013
WOWY INJURY (Par sect" S
RUTOS e' �OAMAOE S
tkmssued mawisLm $ 1,000,000
X 1,O10Ca5 1.0mc«y,
UNURELLA UAB
x
OTS;
EACH OCCURRENCE $ 4,000,000
AGGREGATE s 4,000,000
C
)[ EXCESSLIAB
CLAIMS -MADE
OED I X I RETENTION$ I
$
X
4RA231429
0/1/2012
011/2013
O
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOMPARTNERIEXECUTIVEL.NIA
OFFICER+MENDER EIC;LUDEDt
;MavMatoiy (n NH)
0782P771
0/1/2012
0/1/2013
x Vv�STATtI- DTH-
E.L. EACH ACCIDENT $ 1,000,000
CL. DISEASE -EA, EMPLOYE $ 1,000,00
E.L, DISEASE -POLICY LIMIT S 1 000 000
Hyes dasufba wader
OE5CRtPTWNOP ORF.RATEONS Dxbv,
E
Rented/Leased Equipment
P8072949
10/01/201z
0/1/2013
U,, $lDD,Dap
Daamfibfe $1,000
DESCRIPTION OF OPERATIONS I LOCATIONSI VEHICLES (Affach AWED 101, AddlUonal Remarks Schedule, If mora apace is required)
Re: Balboa Blvd. and Channel Road Pavement Restoration, Contract ft 5152.
The City of Newport Beach, its officers, officials, employees, and agents are included as Additional
Insureds, Primary and Nan -Contributory coverage and waiver of Subrogation apply when required by
contract. For endorsements CO2033, CG2037,GAC3649CG, CG2404,CAT353, WC990376. Should any of the above
described policies be cancelled before the expiration date thereof, the issuing company will mail 30 days
written notice to the certificate holder named to the left.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Newport Beach ACCORDANCE WITH THE POLICY PROVISIONS,
Frank Tran
P0 Box BOX 1.766 AUTHORIZED REPRESENTATIVE
Newport Beach, CA 92658-8915
Catherine Sariana/CAS 1 mzIL.G" oa&zLI.fL(S.r
D 26 {2090106) 01983-2010 ACORD CORPORATION. All rights reserved.
INSn26nn1naS101 Th. Af nPn nam. and in.n aro �.,d.t..fi mark. of Annan
CG 20 33
(Ed. 07 04)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC
STATUS WHEN REQUIRED INi'CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. SECTION It - WHO IS AN INSURED is
This Insurance does not apply to:
amended to include as an Additional Insured
any person or organization for whom you are
t. "Bodliy injury," "property damage" or "par -
performing operations when you and such
sonal and advertising Injury" arising out of
person or organization have agreed in writing
the rendering of, or the failure to render,
in a contract or :agreement that such person
any prof easlonal architectural, engineering
or organization be added as an Additional in-
or surveying services, Including:
sured on your policy, Such parson or or-
ganization Is an Additional Insured only with
a. the preparing, approving, or failing to
respect to liability for "bodily injury," 'prop-
prepare or approve, maps, shop
arty damage" or "personal and advertising In-
drawings, opinions, reports,, surveys,
jury" caused, in whole or in part, by:
field orders, change orders or draw -
Ings and specifications; or
b• supervisory, Inspection, architectural
4.our acts or omissions; or
Y
or engineering activities.
2. "Bodily injury," or "property damage" oc-
2, the acts or omissions of those acting on
curring after
your behalf;
a, all work, Including materials, parts or
equipment furnished In connection
in the performance of your ongoing oper-
with such work, on the project (other
ations for the Additional Insured.
than service, maintenance or repairs)
to be performed by or on behalf of
the Additional Insured(s) at the location
A person's or organization's status as an Ad-
of the covered operations has been
computed; or
ditlonal Insured under this endorsement ends
when your operations for that Additional In-
b. that portion of "your work" out of
sured are completed.
which the Injury or damage arises has
been put to Its intended use by any
person or organization other than an -
8, With respect to the Insurance afforded to
other contractor or subcontractor en -
these Additional insureds, the following add!-
gaged in performing operations for a
tions( exclusions apply:
principal as a part of the same project,
Copyright, ISO Properties, Inc., 2004
CG 20 33 (Ed 07tO4) XS
GLP2101532
COMMERCIAL GENERAL LIABILITY
CO 2037 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Rama Of Additional Insured Persons)
Or Or anization s :
Location And Description Of Completed O ara-
ans
As regutred by written contract
As required by written contract
Infarmatlon to utred to complete this Schedule If not shown above, will be shown In the Declarations,
Section tl — Who Is An insured is amended to
Include as an additional Insured theperson(s) or
oroanization(e) shown In the Schedule, but only with
respect to liability for "bodily Injury" or "propaotr�ty+
damage" caused, in whole or In part, by "pourwotk'
at the location designated and described In the
schedule of this endorsement performed for ttat
additional Insured and inoiuded in the "products -
completed operations hazard".
CO 20 87 0704 0ISD Properties, Inc,, 2004 page l of 1 a
GAC.3646b
THIS EN6ORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY NON-GONTh1BUt'ORY 'hVSURANCE" END6RSf NT
This endorsemenfmodifies Insurance provided under the'f6ilowing:
'COMMERCIAL GENERAL LIABILITY COVERAGE. FORM
OWNEAS. AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM
i
i
T WtJnsuirancs Is primary to any other insurance held by third parties with respect to"work performed by
you under written contractual agreements' wifh' such third parties avid any other Insurance which may be.
available to such third parties shall be non-contributory.
GAC 36449CG (Ed, 11106) X§
Policy Number: OLP210102
Insured Namo: Nobeat Ino,
CG 24 0410 93
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
1�11'11 it
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
AS REQUIRED BY WRITTEN CONTRACT
(if no entry appears above, information required to complete this endorsement will be shown In the Declarations as
applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL
GENERAL LIABILITY CONDITIONS) Is amended by the addition of the following:
We waive any right of recovery we may have against the person or organization shown In the Schedule above
because of payments we make for injury or damage arising out of your ongoing operations or"your work" done carder
a contract with that person or organization and Included in the °products-complated operations hazard". This waiver
applies only to the person or organization shown In the Schedule above.
CG 24 0410 93 Page I of I
Policy No:91007821`711
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies Insurance provided undarthe following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi.
fied bythe endorsement.
GENERAL DESCRIPTION OF COVERAGE— This endorsement broadens coverage. However, coverage for any
injury, damage or medical expenses described In any of the provisions of this endorsement may be excluded or
limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage Is excluded or limited by such an endorsement. The following hating Is a general cover.
age dosoription onty. Limitations and exclusions may apply to these coverages. Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what Is and is not covered,
A. BROAD FORM NAMED INSURED
B, BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
0, EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE
COVERAGE —INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE—GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following Is added to Paragraph A.9., Who is
An Insured, of SECTION It -- LIABILITY COV=
ERAGE:
Any organization you newly acquire or form dury
Ing the policy period over which you maintain
50°!0 or more ownership interest and that is not
separately Insured for Business Auto Coverage.
Coverage under this provision Is afforded only un-
til the 180th day after you acquire or form the or-
ganizatlon or the end of the policy period, which-
ever is earlier.
S. BLANKETADDITIONALiNSURED
The following is added to Paragraph c. In A.1.,
Who Is An Insured, of SECTION 11— LIABILITY
COVERAGE:
Any person or organization who is required under
a written contract or agreement between you and
that parson or organization, that is slgned and
H. HIRED AUTO PHYSICAL DAMAGE — LOSS
OF USE —INCREASED LIMIT
1. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES - INCREASED LIMIT
J. PERSONAL EFFECTS
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT
OR LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
executed by you before the "bodily Injury" or
"property damage" occurs and that is In effect
during the policy period, to be named as an addl-
tional insured is an "Insured" for Liability Cover-
age, but only for damages to which this insurance
applies and only to the extent that person or or-
ganization qualifies as an 9nsurad" under the
Who is An Insured provision contained In Section
It.
C. EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A,1„
Who Is An Insured, of SECTION It — LI-
ABILITY COVERAGE:
An "employee" of yours is an °Insured° collie
operating an "auto" hired or rented under a
contract or agreement In that "employee`s"
name, with your permission, while performing
duties related to the conduct of your busi-
noss.
CA T3630310 0201aTheTraveteratndeanty0dmpany. Page 1of4
Inoludes copyrighted material of ineurence SoJAM Woo, Inc. with its pormlaaton,
COMMERCIAL AUTO
2. The following replaces Paragraph b. in B.S.,
Other Insurance, of SECTION IV — SU$I-
NES$ AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are doomed to be cov-
ered "aatae you owrr•.
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto' hired or rented by
your "employee" under a contract in
that Individual "ampioyee's" name,
with your permission, while perform -
Ing duties related to the conduct of
your business.
However, any "auto" that is leased, hired,
rented or borrowed with a driver Is not a
covered "auto".
0, EMPLOYEES AS INSURED
The following Is added to Paragraph A.1., Who Is
An Insured, of SECTION it - LIABILITY COV-
ERAGE:
Any "employes" of yours Is an "insured" whila us -
log a covered "auto" you don't own, hire or borrow
In your business or your personal affairs.
E. SUPPLEMENTARY PAYMENTS —INCREASED
LIMITS
1. The following replaces Paragraph A2.a.(2),
of SECTION 11— LIABILITY COVERAGE:
(2) Up to $3,000 for cost of bell bonds (in-
cluding bonds for related traffic law viola-
tions) required because of an "accident"
we cover. We do not have to furnish
these bonds,
within such country or jurisdiclton, for Liability
Coverage for any covered "auto" that you
lease, hire, rent or borrow without a driver for
a period of $0 days or less and that Is not on
"onto" you lease, hire, rent or borrow from
any of your "employeae", partners (if you are
a partnership), members (if you are a limited
liability company) or members of their house.
holds.
(a) With respect to any claim made or "cult"
brought outside the United States of
America, the territodes and possessions
of the United States of America, Puerto
Rloo and Canada:
(t) You must arrange to defend the "In•
sured" against, and Investigate orset-
us any such claim or %uft" and keep
us advised of all proceedings and as
lions.
(11) Neither you nor any other Involved
"iasured" will make any settlement
without our consent.
(111) We may, at our discretion, participate
In defending the "Insured" against, or
In the settlement of, any claim or
"suit".
(iv) We will reimburse the "insured" for
sums that the "Insured" legally must
pay as damages because of "bodily
injury" or "property damage" to which
this insurance applies, that the '1n-
sured" pays with our consent, but
only up to the limit described In Para.
graph C., Limit Of Insurance, of SEC.
TION 11— LIABILITY COVERAGE,
2. The following replaces Paragraph A.2.o,(4),
(v) We will reimburse the "insured" for
of SECTION It —LIABILITY COVERAGE:
the reasonable expenses Incurred
(4) All reasonable expenses Incurred by the
with our consent for your InvesSga-
Insured" at our request, Including actual
tion of such claims and your defense
loss of earnings up to $600 a day be-
of the "Insured" against any such
cause of time off from work.
"suit", but only up to and Included
F. HIRED AUTO — LIMITED WORLDWIDE COV-
rias Insubed In Para-
within the limit Limit
graph C., Ltmtt Insurance, of
ERAGE—iNDEMNITYBASIS
Al
SECTION tl — LIABILITY COVER-
The following replaces Subparagraph (6) In Para-
AGE, and not addition to such limit.
graph S.T., Palley Period, Coverage Territory,
Our duty to maks such payments
of SECTION IV — BUSINESS AUTO CONDI•
ends when we have used up the ap.
TIONS:
plicable limit of Insurance in pay -
(6) Anywhara in the world, except any country or
ments for damages, settlements or
jurlsd(sUon white any trade sanotion, em-
defense expenses.
bargo, or similar regulation Imposed by the
(b) This Insurance Is excess over any valid
United States of America applies to and pro-
and collectible other Insurance available
hibits the transaction of business with or
Page of a 3010 The Travelers Indemnity Company. CA T3 63 03 10
Includae copyt ed materim of insurance servicae Orsae, tno. well iia permission.
to the 'Insured" whether primary, excess
contingent or on any other basis.
(c) This Insurance Is not a substitute for re-
quired or compulsory Insurance in any
country outside the United States, Its tet -
diodes and possessions, Puerto Rica and
Canada.
You mores to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limps required by
local law. Your failure to comply with
compulsory Insurance requirements will
not Invalidate the coverage afforded by
this policy, but we will only be liable to the
some extent we would have been liable
had you complied with the compulsory in-
suranco requirements,
(d) it I$ understood that we bra not an admit-
ted or authorized Insurer outside the
United States of America, Its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for the
furnishing of certificates of Insurance, or
for compliance In any way with the laws
of othar countries relating to insurance.
G, WAIVER OF DEDUCTIBLE—GLASS
The following Is added to Paragraph D., Deducti-
ble, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
NO deductible for a covered "auto". will apply to
glass damage 0 the glass is repaired rather than
replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE—INCREASED LIMIT
The following replaces the last sentence Of Para-
graph A.4.1b., Loss or use Expenses, or SEC-
TION tit —PHYSICAL DAMAGE COVERAGE:
However, the most we will pay for any expenses
for loss of use Is $66 par day, to a maximum of
$750 for any one "accident".
1. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES —INCREASED LIMIT
The following replaces the first sentence in Para-
Sof
ECTIONagi — PHYSICAL tiDAMAGE COon YER-
AGE:
We will pay up to $50 per day to a maximum of
$1,600 for temporary transportation expense m-
ourned by you because of the total theft of a cov-
ored "auto" of the privato passenger type.
COMMERCIAL AUTO
J. PERSONAL EFFECTS
The following Is added to Paragraph AA., Cover -
ago Extensions, of SECTION Iii — PHYSICAL
DAMAGE COVERAGE:
Personal Effects
We will pay tip to $400 for °lass" to wearing ap-
parel and Other personal effects which are:
(1) Owned by an "Insured'; and
(2) in or on your covered °auto',
This coverage applies only In the avant of a total
theft of your covered "auto".
No deductibles apply to this Personal Effects
coverage.
K. AIRBAGS
The following Is added to Porogreph B.3., Exclu.
stans,.of SECTION IN — PHYSICAL DAMAGE
COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more altbags in a covered "auto" you own that In-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs AA,b, and A.1,c., but
only:
a. if that "auto" is a covered "auto" for Corrupts.
honsive Coverage underthis policy;
to, The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following Is added to Paragraph A.2.a-, of
SECTION IV ^ BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "acoldent" or "loss" ap-
plles only when the "accident" or 'lose is known
to:
(a) You (If you are an indivir i);
(b) A partner (If you are a partnership);
(a) A member (if you are a limited Ilabli ty com-
pany);
(d) An executive officer, director or Insurance
manager (If you are a corpamifon or other or
ganlzaticn); or
(a) Any "employee' authorized by you to give no -
flea of the "accident" or 'lose,
CA 73 53 0310 of 20t0T1t0 Travelers Indemnity company. Page 3 of 4
mctudos 00pyrighted matelot or hrscranea SOMsOs 41000, W. Vat its permiealon.
COMMERCIAL AUTO
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.6., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
6, Transfer Of Rights Of Recovery Against
Others To Us
We waive any right of recovery we may have
against any person or organization to the ex-
tent required of you by a written contract
signed and exoouted prior to any "accident"
or "loss", provided that the "accident" or "loss"
arises out of operations contemplated by
such contract, The waiver applies only to the
person or organization designated In such
contract,
N, UNINTENTIONAL ERRORS OR OMISSIONS
The fallowing Is added to Paragraph 8.2., Con-
ceaiment, Misrepresentation, Or Fraud, of
SECTION IV .- BUSINESS AUTO CONDITIONS:
The unintentional omission of, or unintentional
error In, any Information given by you shall not
prejudice your rights under this Insurance. How-
ever this provision does not affect our right to col -
feet additional premium or exercise our right of
cancellation or non -renewal.
Page,tof,l 02010 The Travelers Indemnity Company, CA T3 63 0310
Indudea copyrighted material of insurance Sart s Office, Inc. with its permission.
ONE TOWER SQuag
HARTFORDI CT 06M
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 99 03 76 ( A) - 001
POLICY NUMBER: (DTJUS-0782P77-1-i 2 )
t `$EMENT — CALIFORNIA
(BLANKET WAIVER)
We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not
enforce our right against the person or organization named In the Schedule.
The additional premium for this endorsement shall be 01 .000 % of the California workers' compensation pre-
mium.
Schedule
Person or Organization Job Description
ANY PERSON OR ORGANIZATION FOR
WHICH THE INSURED HAS AGREED
BY WRITTEN CONTRACT EXECUTED
PRIOR TO LOS$ TO FURNISH THIS
WAIVER.
This endorsement changes the policy to which It is attached and is effective on the date issued unless otherwise
stated,
(The information below Is required only when this endorsement is Issued subsequent to preparation of
the policy.)
Endorsement Effective Policy No. Endorsement No.
Insured Premium
Insurance Company Countersigned by
DATE OF ISSUE: 09-28-12 ST ASSIGN: Page 1 of 1
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 1/29/13 Dept./Contact Received From: Shari
Date Completed: 1/31/13 Sent to: Shari By: Renee
Company/Person required to have certificate: Nobest, Inc.
Type of contract: All Other
L GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 10/1/12 to 10/1/13
A.
INSURANCE COMPANY: Great American Assurance Co
_
B.
AM BEST RATING (A-: VII or greater): A; XIII ___
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
X Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1,000,0(10 / $2,000,000 _
E.
ADDITIONAL INSURED ENDORSEMENT—please attach
0 Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?) NIA
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY: ❑ N/A
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION: ❑ N/A
Operations status does not apply to Waste Haulers)
Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence" wording?
❑ Yes [K No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
® NIA ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ NIA M Yes ❑ No
11. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 10/1/12 to 10/1/13
A.
INSURANCE COMPANY: Travelers Indemnity Company of America
_
B.
AM BEST RATING (A-: VII or greater) _ A+; XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
❑ Yes M No
D.
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 __
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if Individual)
(What is limits provided?) NIA
_
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only): ® N/A
[,. Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY: ❑ N/A
[ Yes N No
H.
NOTICE OF CANCELLATION: ❑ N/A
® Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 10/1/12 to 10/1/13
A.
INSURANCE COMPANY: Travelers Property Casualty of
�m
B.
AM BEST RATING (A-: VII or greater): A; XV
C.
ADMITTED Company (Must be California Admitted):
❑ Yes
X No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
$1,006,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
s
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
1/31/13
Date
® N/A ❑ Yes ❑ No
® NIA ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ NIA ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Auto Liability & Work Como Carrier Licensing is not available on AM Best — Need Risk Management Approval —
1/31/13 Approved by Sheri Anderson.
Approved:
Risk Management Date ___.
* Subject to the terms of the contract.
sem.,....
f CITY OFyy
BEACH
City Council Staff Report Agenda Item No. _10_
February
TO.. HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
David A. Webb, Public Works Director
949-644„3311, dawebb new ortbeachca, ov
PREPARED BY: Frank Tran, Associate Civil Engineer
949-644-33440, ftranAnewp—ortbeachf�.e�ov
APPROVED. I
15
TITLE' Balboa Boulevard and Channel Road Pavement Reconstruction —
Award of Contract No. 5152
Staff has received favorable construction bids for the Balboa Boulevard and Channel
Road Pavement Reconstruction project and is requesting City Council's approval to
award the contract to NOBEST, Inc.
1. Approve the project drawings and specifications.
2. Award Contract No. 5152 to NOBEST, Inc., (NOBEST) for the total bid price of
$1,175,000.00, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $176,000.00 (15%) to cover the cost of unforeseen work
and anticipated additional concrete work not included in the original contract.
The current adopted budget includes sufficient funding for this contract. The following
funds will be expensed:
Account Descriotion
Proposition 1B (SLPP)
Measure M (Fair Share)
Account Number
7185-02002058
7281-02002058
Amount
• tt
i 0 � er
• a !16 i1001
1 of 4
Balboa Boulevard and Channel Road Pavement reconstruction —Award of Contract
No. 5152
February 12, 2013
Page 2
The Proposition 113 State -Local Partnership Program (SLPP) requires a minimum one-
to-one match from the local agency's Leasure L Pair Share funds.
Proposed uses are as follows:
Vendor
NOBEST, Inc.
NOBEST, Inc,
GMU Geotechnical, Inc..
Various
Purpose
Construction Contract
Construction Contingency
Geotechnical Services
Printing and Incidentals
Total:
At 10:00 AM on January 17, 2013, the City Clerk opened and read the following bids for
this project:
BIDDER TOTAL. BID AMOUNT
Low NOBEST, Inc, $1,175,000.00
2 Hillcrest Contracting, Inc. $1,264,608.05
3 PIMA Corporation $1,272,350,00
4 Grigolla & Sons Const. Co. Inc. $1,292,520.00
5 PALP, Inc., DBA Excel Paving Co, $1,364,347.00
6 All American Asphalt $1,414,414,00
The total low bid amount is 26.6% below the Engineer's Estimate of $1,600,000. The
disparity between the estimate and the actual bid prices reflects a continued favorable
construction market (including lower concrete prices), and possibly some level of
discount as the low bidder in already currently mobilized and working on the Central
Balboa and Newport Heights Alley and Street Replacement project for the City. The low
bidder, NOBEST, possesses a California State Contractors License Classification "A" as
required by the project specifications. A check of NOBEST's references indicates
satisfactory completion of similar projects for other public agencies, including the
recently completed the work on the Ocean Front Alley Replacement project for the City.
Given the favorable project unit prices by NOBEST, staff recommends establishing a
fifteen percent (15%) contract contingency to be included in the contract award, totaling
$176,000.00. These added funds will provide an opportunity for the City to take
advantage of the low unit prices to perform additional concrete work within the project
limits.
2 of
Balboa Boulevard and Channel Road Pavement Reconstruction —Award of Contract
No. 5152
February 12, 2013
Page 3
The work necessary for the completion of this contract consists of removing the existing
concrete street, constructing new concrete street pavement, adjusting utilities to grade
and performing other appurtenant and incidental items of work as required.
Pursuant to the Contract Specifications, the Contractor will have 60 consecutive working
days to complete the work,
ENVIRONMENTAL REVIEW:
Staff recommends the City Council find this project exempt from the California
Environmental Quality Act ("CEQN') pursuant to Section 15301(c) (maintenance
activities with negligible expansion) of the CEQA Guidelines, California Code of
Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect
on the environment.
lreyimm
The agenda item has been noticed according to the Brown Act (72 hours in advance of
the meeting at which the City Council considers the item).
The Notice Inviting Bids was advertised in the City's official publication and in
construction industry publications. Affected residents will be notified prior to the start of
the project.
Public Works Director
Attachment: A. Project Location Map
3 of 4