Loading...
HomeMy WebLinkAboutC-5884 - 2014-2015 Sidewalk, Curb & Gutter ReplacementAugust 11, 2016 Grigolla & Sons Construction Co., Inc. Attn: John Grigolla P.O. Box 949 Azusa, CA 91702 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 Fnx newportbeachca.gov Subject: 2014-2015 Sidewalk, Curb & Gutter Replacement — C-5884 Dear Mr. Grigolla: On August 11, 2015, 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 August 14, 2015 Reference No. 2015000425331. The Surety for the contract is International Fidelity Insurance Company and the bond number is 0628891. Enclosed is the Faithful Performance Bond. Sincerel aw, 4-lb&YV---- Leilani I. Brown, MMC City Clerk Enclosure This bond was executed in two (2) identical counterparts. EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 06?8891 THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9.93.00 being at the rate of $ 25.00; S15.00 i SI0.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Grieolla & Sons Construction Co.. Inhereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract includes, but not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and International Fidelity Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Dollars (Se37.300.00 ) 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. *Six Hundred Forty Seven Thousand Three Hundred and 00/100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the Grigolla & Sons Construction Co., Inc. Page B-1 event 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 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 City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of _ October 2014 . Grigolla & Sons Construction Co., Inc. Name of Contractor (Principal) International Fidelity Insurance Companv Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Address of Surety (358)513-1795 Telephone Arturo Ayala, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED Grigolla & Sons Construction Co., Inc. Page B-2 ACKNOWLEDGMENT State of California County of oranyc )Ss. On October 3rd, 2014 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala I Who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/stwnhey executed the same in his/hedthek authorized capacity('les), and that by hisRxwtheir 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. SUSAN PUGH y. WITNESS my hand and official seal. 419114229 c -Can` rnia OUNTY -r�',i 4lam i. cul res Apr 29 2015 Signature Susan Pugh (seal) ACKNOWLEDGMENT State of California County of 'LDS On 20_Lq_ before me, \�I �Y pn ki�o5 Notary Public, personally appeared C]avc C raD1I who proved 'to me on the basis)of satisfactory evidence to be the person(° whose name(s4 is/are- subscribed to the within instrument and acknowledged to me that he/&t efthey executed the same in hisAledthe#-euthorized capacityoes�, and that by his/her/their signatures(o on the instrument the person(*, or the entity upon behalf of which the personN 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 Grigolla & Sons Construction Co., Inc. ELVIRA BOLANOS Commission Y 2053439 = ti Notary Public - C7litmnia i Z '_es Angeles County > °s Dec 2E.,,) Tel (�73) 624-7200 ,'OWER OF ATTORNE Baud No. 0628891 INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the taws of the State of New Jersey,. and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania, having their principal office in the City of Newark, New Jersey,. do hereby constitute and appoint ANDREW WATERBURY, DWIGHT REILLY, ARTURO AYALA, DANIEL HUCKABAY 1 ,Orange, CA: their true and lawful attorney(s)-in-fact to execute, seat and deliver for and i and other writings obligatory in the nature thereof, which are or may be aIle and rhe execution of such instrument(s) in pursuance of these present :behalf as surety, any and all bonds and undertakings,. contracts of indemnity :. required or:'spermrtted by law, statute rule, regulation, contract or otherwise, A be as binding upon theaid INTERNATIONAL FIDELITY INSURANCE to all intents andpurposes, as if the same had been duly executed and IN WITNESS < WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th day of March, 2012: - !LT Y/ .STATE OF NE CpSUitT> O' ti,,{S County of EsseW JERSEY (PIK c'iyq 191, 11) VL ROBERT W MINSTER a�,�� �q 1A� E Executive Vice President/Chief Oppeerating Officer `NNSYLY.P� (International Fidelity Insurance Company) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY: that the seals affixed to said instrument are the Corporate Seals- of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, 4 have hereunto set my hand affixed my Official Seal, ............ .r at the City of Newark; New Jersey the day and year first above written. , ko TA A NOTARY PUBLIC OF NEW JERSEY eve Q.$ My Commission Expires April 16, 2018 grigBF NE`Tln ya CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY. and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copyof the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies; and that the same are correct transcripts thereof, and of the whole , of the said originals, and that the said Power of Attorney has. not been revoked and is now in full force: and effect. -- INTESTIMONY WHEREOF,: I have hereunto set my hand this 3rd day of October, 122014. MARIA BRANCO, Assistant Secretary CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC October 20, 2015 Grigolla & Sons Construction Co., Inc. Attn: John Grigolla P.O. Box 949 Azusa, CA 91702 Subject: 2014-2015 Sidewalk, Curb & Gutter Replacement - C-5884 Dear Grigolla & Sons Construction Co., Inc.: On August 11, 2015, 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 August 14, 2015, Reference No. 2015000425331. The Surety for the bond is International Fidelity Insurance Company and the bond number is 0628891. Enclosed is the Labor & Materials Payment Bond. Sincerely, Le*ani. 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) THE FINAL PREMIUM IS identical countetparts. EXHIBIT A PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. 0628891 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc., hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCG sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental Items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the fumishing 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, International Fidelity Insurance Company, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of Si. H.d«d Ferry sewn Tno"saad Three Hundred and 00/100 Dollars ($647.300.00 ) 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 attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Grigolla & Sons Construction Co., Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 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 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 3rd day of October , 2014 . Grigolla & Sons Construction Co Inc Name of Contractor (Principal) International Fidelity Insurance Company Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Address of Surety (858)513-1795 Telephone Arturo Ayala, Attorney -in -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED Grigolla & Sons Construction Co., Inc. Page A-2 ACKNOWLEDGMENT State of California County of Orange )ss. On October 3rd 2019_ before me, susau Pugh , Notary Public, personally appeared Arturo Ayala who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) is/ale subscribed to the within instrument and acknowledged to me that he/sy executed the same in his/bonl1tseir authorized capacity(iets), and that by his/herAheir 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 susanPugh / A PUGH 934 22.9 ora ANGw MYGOM, E pie- pr2g,2015K ACKNOWLEDGMENT State of California County of Lbs Ocnq-e,te5 ) ss. (seal) On lb 3 20 (` before me, \v Y �okcLn.Os Notary Public, personally appeared vi A O who proved to me on the baA of satisfactory evidence to be the person(4 whose name Were - subscribed to the within instrument and acknowledged to me that hefshe/t W executed the same in his4mWkbair authorized capacity(ies3; and that by his/her/their signatures on the instrument the personX), or the entity upon behalf of which the person(Oacted, 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. aw - Signature Grigolla & Sons Construction Co., Inc. ELVIHA MUM= Commission 120um Notary Pub k • CsiNYrrag Los Aopsiss Le M Comm. Et iresDsc2 al) a RFCF!\t FD) RECORDING REQUESTED BY AND WHEN RE00RDr_D1kE URlTTO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Rec:owed in official Records. Ofange GaLirlty Hugl? Nguyen Clerk -Record er ��i' .il�� i�i�I!�I �.1�i� N`: r�=�� * s r, 0 0 �. r r 6 1 2015000425331 11:22 am 08114115 90 413 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, '100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Grigolla & Sons Construction Co. Inc. of Azusa, CA, as Contractor, entered into a Contract on September 24, 2014. Said Contract set forth certain improvements, as follows: 2014-2015 Sidewalk, Curb & Gutter Replacement - C-5884 Work on said Contract was completed, and was found to be acceptable on August 11, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. �Lff BY - Public 4orks 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. Exec , at Newport Beach, California. %:-I':() r(14\ CITY OF NEWPORT BEACH CITY CLERK'S OFFICE Leilani Brown, MMC August 12, 2015 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Bike Lane Improvement Projects - Contract No. 5653 • 2014-2015 Sidewalk, Curb & Gutter Replacement - Contract No. 5884 Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincere) , Leilani I. Brown, MM City Clerk Enclosures 100 Civic Center Drive . Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 . Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Govemment 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 Grigolla & Sons Construction Co. Inc. of Azusa, CA, as Contractor, entered into a Contract on September 24, 2014. Said Contract set forth certain improvements, as follows: 2014-2015 Sidewalk, Curb & Gutter Replacement - C-5884 Work on said Contract was completed, and was found to be acceptable on August 11, 2015 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is International Fidelity Insurance Company. BY a4lr Public rks 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. Exec M , California. NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 A.M. on the 3rd day of September, 2014, at which time such bids shall be opened and read for 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT Title of Project Contract No. 5884 $ 700,000 Engineer's Estimate Approved by rt a Mark Vukojevlc City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting: Mouse Graphics at (949) 548-5571 Located at 659 W. 19th Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project. "A" or "C-8" For further information, call Alfred Castanon, Project Manager at (949) 644-3314 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http:/Jwww. N ewoortBeachCA.g ov CLICK: Online Services I Bidding & Bid Results City of Newport Beach 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER. ................ __ ................... ............................ 18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS ... ..................... ................................... ___ .......... A-1 LABOR AND MATERIALS PAYMENT BOND .................... ................................... B-1 FAITHFUL PERFORMANCE BOND.................................................................... C-1 PROPOSAL... ............................................................................... ...................... __ PRA SPECIAL PROVISIONS............................................................................................ SP -1 K City of Newport Beach 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 INSTRUCTIONS TO BIDDERS 1. 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 of seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage — rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777,5 of the Labor Code Apprenticeship requirements and Section 4100 of 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. 15I4I:t>Z - A Contractor's License No. & Classification uthorized Sionatur !Title Date 9 Contract No. 5884 Bond No. GRISO-161 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal SUM Of Ten Percent of Amount Bid Dollars ($ 10% of Amount Bid ), to be paid and forfeited Fo the -City of Newport Beach if the bid proposal of the undersigned Principal for the construction of 2014- 2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT, Contract No. 5884 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal 8h8U not exonerate the Surety from its obligations under this Bond. Witness our hands this 19th dayof August ,2014. Grigolla & Sons Construction Co., Inc. Name of Contractor (Principal) International Fidelity Insurance Company Name of Surety 134UOSabre Springs Parkway, Suite 245 (858) 513-1795 Telephone Arturo Ayala, Attorney -in -Fact Print Name and Title ACKNOWLEDGMENT State of California County of Orange On _.q/14 before me, Susan Pugh _ Notary Public, personally appeared Arturo Avala ,who proven to the on the basis of satisfactory evidence to be the person(*) whose name(r") is/am subscribed to the within instrument and acknowledged to me that he/ ict ey executed the same in his/box**viir authorized capacity(in), and that by his/k arAb& signatures(k) on the instrument the person(), or the entity upon behalf of which the person(,$) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SUSAN FUGH WITNESS my hand and official seal. .' COMM, 41934229 - `. Notary Publi,-California t o t ORANGE COUNT Comm. Expires Apr 29.20111� P. Sig -nature Susan Pugh m ii ar $i n s m ii p tls 0 0 B 0 w w. a........... 0 ... 00—H B ®B ................... F Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION 8/19/14 l3id.l3a.rrd_.—_.................... .......... No Type of Satisfactory Evidence: X 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 X Other: Attorney -in -Fact Other Information: R Thumbprint of Signer Ej Check here if no thumbprint or fingerprint is available. City of Newport Beach 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 DESIGNATION OF SUBCONTRACTORS) 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 the@e­subeotrtractprswexcept- thi prior approval of the City of Newport Beach. (Use additional s ets if 4 ,, ed.),."r Subctraatora Information' '' ;;Y!d ItemDescription of Work %of �N[lmber Total Bid Name: •u Y Address: ,y �� e - CA `�a5 . 3,q Phone: p15 1— lSt `by ce se Number: Email Address: Namur Pr@�(rh , 'I e./P1' SPS � re�OV%C.2S Address: n� �^' IV.//1' l� ll�q'' ✓'P� � � r 2r tQ r`�.�1.�; O 4- T` 1w � 0 t 4041 1pq OG /0-N Phone: �? IT ��-(0©37 State License Number: Coo D-,*? OG Email Address: I lel � ;Tr Name: Address: Phone: State License Number: Email Address J 6r4olk Inc. s SQU e1 Bidder Authorized i t re/Title ACKNOWLEDGMENT Oman* .... Nemsa...Oman....amaaaay......a....an........................ a a....... State of California pp County of t7-5 /r+� ) ss. R11,5 On i 1 `f before me, Public, personally appeared [.�, L �JI' R �(0.VlV 5 Notary a a l proved to me on the basis of satisfactory evidence to be the personX whose name() is/fie subscribed to the within instrument and acknowledged to me that he/$N*/tAey executed the same in his/hy5,dthoir authorized capacity(6,$), and that by his/1)&/it signature*) on the instrument the person , or the entity upon behalf of which the personk) 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. LUT1 I 1011 11 .. ���� ( '/iris• .a....aa.a.........aa...a...................................................... Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION zh ( 19 ( l q __ �,k 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! ecretary `treasurer Other: Other Information: VA Thumbprint of Signer ® Check here if no thumbprint or fingerprint is available. Orange, CA. their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in ursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August, 2000: "RESOLVED, that (1) the President, Vice President, Executive Vice President or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given ffor the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE attested these presents on this 12th day of March, 2012. it STATE OF NEW JERSEY County of Essex COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and ROBERT W. MINSTER Executive Vice President/Chief Operating Officer (International Fidelity Insurance Company) and President (Allegheny Casualty Company) �� �p,sLIAZ7' �` cx� \\N 1936 On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY ; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set m hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 16, 2019 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. City of Newport Beach 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name GH9011a & Sous Const. co. INC. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number H 12 18, 1:5/1q, 14/15 km Va iw, �C�ficr s Project Description RMo vel Le - and ra2iff Approximate Construction Dates: From )4 To: (q'114 Agency Name Cfiq Of Pgl ChO (VCa_M0+2gA Contact Person Cot Bih(i!* Telephone 00q) Ct3g— 28q_7 Original Contract Amount $2!@2 $2*0 Final Contract Amount $ Zt¢2 , 82D If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. 0 9 No. 2 Project Name/NumberJlI441kfitn of YVAE4efand RMov-A1'RMac¢m.ent ofCuk6vlwll e iwal� Project Description R�mDwe I R La, -e S)d¢Wal, CUr' q�1 IaYV PS Approximate Construction Dates: From lr61'f To: Qq It Agency Name t✓i U I �� rr� Contact Person lIIYYU a!1WWln Telephone (`71$ U6C)- 3325 Original Contract Amount $3I 2) y (I Final Contract Amount $_f 32 i 4 ( If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 3 Project Name/Number 2012-2-013 SiAQVQA1k) 606 1 6—V*1 R-eplaaffla-Kt Project Description R&rnO`/'e-/L-C�k-e 4WWA)K,6.6, ��Ar)d�— Approximate Construction Dates: From I 12- To: I.3 _ Agency Name GC��iLyur r FjCA,Gh Contact Person �� �� S�CCf2�Yi Telephone (qqq) (OV -3314 Original Contract Amount $ 00 Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) NfA 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. �0. 10 A No.4 104 ImpYyemPnTs Project Name/Number (0� ���� i�►o• 44 Project Description AIM rehab -CDhGrcte WOr�- Approximate Construction Dates: From V7 B To: I b 11,3 Agency Name GI Of COStA ��� Contact Person I ri r\ -a 6 kDv of Telephone (714) i 5q - 532.4 Original Contract Amount $ % Vq6 Final Contract Amount $ 9% 05 If final amount is different from original, please explain (change orders, extra work, etc.) N/P- Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. No. 5 Project Name/Number Z013 ahGrd:� Nl fc - Project Description R.emov kpla'�e SiAewct K, &Lx� I qUjjv' aril iGilY�pS Approximate Construction Dates: From n3 113 To: Vq Agency Name Df FtPStDW Contact Person Kw(, rsori Telephone (TL&) 515 Original Contract Amount Final Contract Amount $ 91q, $r�3 If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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. N0. 11 No. 6 ,/ Project Name/Number /�nnVa[ Cone %%iGtit?t2hGLY1C2 Project Description ! Iidywalk, (ork, qukr Qaid- YDS Approximate Construction, Dates: From %i>l7nyk1 Con*zQ"-To: a001 -2 -ON Agency Name CI o sa+, lxma-S Contact Person ION (.A.n�4w[ Telephone (70q) 3qy-Q200 Original Contract Amount $ 0, 00 Final Contract Amount UM If final amount is different from original, please explain (change orders, extra work, etc.) NIP 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. N p. 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 financi;^' conditions. Grigolla & Sons const. Co. INC. S(dder AL*horized Signa re ' le 1� City of Newport Beach 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of De vl c1 6 -n -60I V being first duly sworn, deposes and says that he �she is Se�refia rH of - , (k CO., (r)C • , 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 Californi t the foregoing is true and correct. 1-rI'AdIA 4 SOns CovishyaUn a., Inc. Bidder Authorized Sig r Title 1 Subscribed and sworn to (or affirmed) before me on this ►day of wS` 20�4 by _ �(� %� � �, 1 proved to me on the basis of satisfactory evidence to QJ the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Notary Public L EIVIRA sOLANOS[SEAL]Commission 0 2053439 �'� Notary Public - CNnornia My Commission Expires: 1 k7 Los Angeles County M Comm. Expires Dec 26, 2017 13 City of Newport Beach 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 DESIGNATION OF SURETIES Bidder's name 6y'4064 Sons (Dn&V6fi0h !^A-, Inc Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): jgII N. {3ativi'a, S%§. -v-pi OrAngz, GA c1z,E-(o-7 A-yen�-: ro Aual� I`f) 51 to - 1232 KI City of Newport Beach 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name �Sy6 CDn5f1Vd7DN Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Current Record Record Record Record Record Year of for for for for for Record 2013 2012 2011 2010 2009 Total 2014 No. of contracts w - Total dollarTo Amount of 5 a �'s 3-S . b 3 Do ?O Contracts (in ��I�ioh mill��h mil�jpY1 ' Thousands of $) No. of fatalities �.- No. of lost Workday Cases � � (P 3 >✓ No. of lost workday cases involving permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 15 Legal Business Name of Bidder Ca., Inc. Business Address: po BOX °1°(--t Aa, , GAF 91-7D2- Business 1-7D2Business Tel. No.: (lel(e) 334- tpU34 State Contractor's License No. and Classification: —A TitleSez-rel a n / 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 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 partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 16 :\C- :'tik'\'.r.--�_'a�.'�C!1C -'t'aC.-'tti-v!=�C v!�S�'�.v!-SSC-'�S��a'.�-'��'Av�-a��.v��e N_a_•r_=���C�"ay.�-�a'.1C'��-��.!=av�CC-'���.v'�'�eti'aw C,�. S • C.•'u, State of California�� County of LL51�i A�tGlt On 81 ja 1 before me, �ivtYQlanar,, V1(j[V14 P,1!J4 C - Date 110m CHere Insert Name and Tit f the Officerpersonally appearedo ylol �� GL� ._6hVA 90 ElV1 pR� OLAN$ Commission 0 2053439 Notary Public • Cs�o►nt$ fA Los Angeles County MY Cow. E ns 28 2017 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) latere subscribed to the within instrument and acknowledged to me that te/s4e/they executed the same in hia er/their authorized capacity(ies), and that by hia4er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my d official seal. Place Notary Seal Above Signature Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: S 1 `q' Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:7k,wa Ak ❑ Individual Q orporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact • ❑ Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: �rl� &Y�Q to ❑ Individual _t (' — f�orporate Officer — Title(s).?(-ecsia - ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: `�A✓_.4�4"✓.�4�✓4�✓4 yA'✓.4�-�. �.�"�.6�`.'�_.4"✓ �: ✓ti4 ��✓4�'�.4'�'✓.4VGv `✓4\`✓4V4v:`'✓. ��4�'`r4v4�✓ v�q"✓. v:'•J4 ✓4 :7,2'•x,4 � `✓4\✓4�: ✓4�4`y4v O 11 1 �- •• C 1 1 •1 - :11 City of Newport Beach 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 ACKNOWLEDGEMENT OF ADDENDA Bidder's name C o�e��a SOYAS (b(IS'j"i ckbyl The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. k Date Received _Sinnature 17 City of Newport Beach 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT Contract No. 5884 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: ''f Name of individual Contractor, Company or Corporation: &A& �Son5 ('b115'in chm I kc. Business Address: h0 oy &ILH AjvcA) GA, cirw- Telephone and Fax Number: �' �!2) 3�{ lel¢`{ �" ((este) 334' 6r,—q ( California State Contractor's License No. and Class: '51 y I3 Z (REQUIRED AT TIME OF AWARD) Original Date Issued: "7 15- Expiration Date: 'j 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: II J 6ri bU la - 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 -a9 '7 y Corporation organized under the laws of the State of �t(i�fYti� in The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: ZA 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; IV 1h Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ev&'Miled to corripletd a` Project? If so, explain. Na• 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 labgT compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes /(NO) ii R, Are any claims or actions unresolved or outstanding? Yes / o If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. 11 (Print name of Own& or President Bidder Authorized Sig)nlat ,eff tle Title Date G (1n -q,� 1 1 11+ hefnra rraat 'F_�Ut r ?�V cthn5 Nntary Piihlin narcnnally appeared U; G /'" a ,who proved to me on the basis of satisfactory evidence to Ide the person ) whose nam ) is/Eke subscribed to the within instrument and acknowledged to me that hel0ye/thay executed the same in hisll�erlt)igir authorized capacity( ), and that by hisA)<r/t4ir signaturew on the instrument the person(tc), or the entity upon behalf of which the persoriN)"acted, executed the instrument. 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 20 (SEAQ ) Nota Public in and for said State My Commission Expires: d �Y b1 1 ELVIRA BOLAN0 �. Commission • 20534 991 z Notary Public - Catifornis Los Angeles County My romm. Expires pec K 2017 20 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT CONTRACT NO. 5884 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 24th day of September, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GRIGOLLA & SONS CONSTRUCTION CO., INC., a California corporation ("Contractor"), whose address is P.O. Box 949, Azusa, California 91702, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract includes, but is not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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 Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5884, 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"), all of which are incorporated herein by reference. 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. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Six Hundred Forty Seven Thousand Three Hundred Dollars ($647,300.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated David Grigolla to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Grigolla & Sons Construction Co., Inc. Page 2 6. 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 City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 of seq.). HINNEWWOEVeTRO-P 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Grigolla Grigolla & Sons Construction Co., Inc. P.O. Box 949 Azusa, CA 91702 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Grigolla & Sons Construction Co., Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. F�:TiP►I71ILci 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired iF#I"R6-111 T1ZLo Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Grigolla & Sons Construction Co., Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Grigolla & Sons Construction Co., Inc. Page 5 Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractors performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 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 Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (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, attorneys' 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, reckless, 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 for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' 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 Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. Grigolla & Sons Construction Co., Inc. Page 6 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the Grigolla & Sons Construction Co., Inc. Page 7 non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. if any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Grigoila & Sons Construction Co., Inc. Page 8 Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 23. 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. 24. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Grigolla & Sons Construction Co., Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTT N Y'S OFFICE Date:_ By: Aaron C. Harp cnM a110114 City Attorney ATTEST: �• 3+' Date: Aabvfy� By. Leilani I. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California ynunic' al corporation o Date: V By: Rush N. Hill, II Mayor CONTRACTOR: Grigolla & Sons Construction Co., Inc., a California corporation Date: I By: John Grigolla President Date: I 1 By: D vid Grigolla Secretary [END OF SIGNATURES] Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Grigolla & Sons Construction Co., Inc. Page 10 This bond was executed in two (2) THE FINAL PREMIUM IS identical counterparts. EXHIBIT B PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. o62ss91 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9,973.00 being at the rate of $ 25.00 / $15.00 / $10.00 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to crieolla & Sons Construction Co.. mc_ hereinafter designated as the "Principal," a contract for The work necessary for the completion of this contract includes, but not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and International Fidelity Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of * Dollars ($647,300.00 ) 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. *Six Hundred Forty Seven Thousand Three Hundred and 00/100 THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the Grigoila & Sons Construction Co., Inc. Page B-1 event 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 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 City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of _ October 2014 . Grigolla & Sons Construction Co., Inc. Name of Contractor (Principal) International Fidelity Insurance Company Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Dien CA 92128 Address of Surety (858)513-1795 Telephone Arturo A ala Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page B-2 ACKNOWLEDGMENT State of California County of Grange } ss. On October 3rd, 2014 before me, Susan Pugh Notary Public, personally appeared Arturo Ayala I Who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/aFe subscribed to the within instrument and acknowledged to me that he/staefthey executed the same in his/krentihsir authorized capacity(km), and that by his/k afteir 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 Pugh, (seal) ACKNOWLEDGMENT State of California f County of LDS fiYlgY�1e5 On \ V-) 1 20 before me, 3\tel �YQA , Notary Public, personally appeared VcC\ G rqpVwho proved to me on the basis) of satisfactory evidence to be the person(j).whose name(SA is/are- subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/4erttheir-ftthorized capacity(ies); and that by his/her/their signaturesM on the instrument the person(ip) or the entity upon behalf of which the person(IO 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 Grigolla & Sons Construction Co., Inc. ELVIRA BOLANOS Commission # 2053439 = Notary Public . California s z os Angeles County I , . 1—S Dec 26 W&) ONE NEWARK CENTER nder )f 'Pennsylvania having their :principal office to the City of Newark, Now Jersey, do hereby constitute and appoint _ ANDREW WATERBURY, DWIGHT REILLY, ARTURO AYALA,'DANIEL HUCKABAY j i Orange, CA. their true and lawful attorneys) -m -fact to execute, seat and deliver for and on its behalf as surety, any and all bonds and dndertakir and other writings obligatory in the nature thereof, which are or may be allowed, required or, permitted by law, statute rule, regulati and the execution of such instruments) in pursuance of these presents, shall be as binding upon the. said INtERP , ON) COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had acknowledged by their reegularly elected officeryys at their principal offices. y - COMPANY and ALLEGHEis Nexecuted, CA UALTY COMPANY revoked, ddis granted under and uy authority f the ollowings resolution adoptednt of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting dui held on the 20th day of July, 2010 and by the Board of CASUALTY. COMPANY at a meeting duly held on the. 15th day of August, 2(000. "RESOLVED, that (11 the President, Vice President, Executive Vice President or Secretary of the Corporation shall have the pow the appointments a ,Attorneys -in -Fact or agents with power and authority as defined nr limited in their respective powers;of attam bf the Corporation and affix the Corporation's seal thereto,.bonds,.undertakings, recogmzances,: contraMs of mdemmN antl ei naWre thereof or related thereto; and (2)_ any such Officers of the Corporation may appant and revoke the appoinVnen of joir for aceep�anee of process,and Attorneys -m -fact with authority to execute waivers and consents on behalf of the Corporation: a -such Officer of rho Corporation and the Corporation's -.seal maybe affixedpy facsimile to any power of attorney or certlficaUon gi bond, undertaking recognizance, .contract of indemnity or other wntten obligationm the nature thereof'or :related thereto, such soused whether heretofore or hereafter, beinghereby adopted by the Corporation as the. original signature of such officer. .Corporation,. to be valid and binding upon ifia Corporation with the sama force. and effect as though manually affixed " IN :WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPAN attested these presents on this 12th day of March, 2012. +'K4• STATE OF NEW JERSEY County of Essex If Y ROBERT W. MINSTER Executive Vice President/ChiefOperating Officer: (International Fidelity tnsurance. Company) and -President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally know %sworn, said he is the therein described ands authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and. '.COMPANY ;`that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Sea duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my ha ++kit ,+,,, ,wH at the City of Newark, New Jersey the day and year first: a,tY VQe*�4 +�p'�SaT°A'K'F��ra z A NOTARY PUBLIC OF NEW 01"r �•� My Commission Expires April +r `OP Nt a�45' CERTIFICATION I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Compa 'Power of Attorney, with the originals on: file in the home office of said companies, and that .the same are correct transcripts it of the said originals; and that the said Power of Attorney has not been revoked and is now in full force and effect Is,: contracts of indemnity rn contract or otherwise L kIDELITY INSURANCE been duly executed and `th DBoarrdd INSURANCE Directors of ALLEGHENY r to appoint, and to revoke y, and to execute on behalf ier written obligaeons in the -control custodians, agents „1 /Z\ 4F nnh,ro n an fog the execution of any sig nature and seals when hd the original: seat ofthe have each executed and A�-ALr cp v &,Q 1936 `"+MSYLS1 and, being by me duly \LLEGHENY CASUALTY and his signature were '. d affixed my Official Seal, >ove written JERSEY 6, 2019 iereby certify that I have ies asset forth in said ,reof, and of the whole This bond was executed in two (2) THE FINAL PREMIUM IS identical counterparts. EXHIBIT A PREDICATED ON THE FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. 0628891 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Grigolla & Sons Construction Co., Inc., hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract includes, but is not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, International Fidelity Insurance Company, duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Si. Hundred Fony Seven Thousand Thrcc Hundred and 00/100 Dollars ($647.300.00 ) 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 attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Grigolla & Sons Construction Co., Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 3rd day of October —12014 . Grieolla & Sons Construction Co., Inc. Name of Contractor (Principal) International Fidelity Insurance Company Name of Surety 13400 Sabre Springs Parkway, Suite 245 San Diego, CA 92128 Address of Surety (858)513-1795 Telephone Arturo Ayala, Attorney -in -.Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Grigolla & Sons Construction Co., Inc. Page A-2 ACKNOWLEDGMENT State of California County of Orange } ss. On October 3rd 20JA-- before me, Susan Pugh Notary Public, personally appeared Arturo Avala I Who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/ace subscribed to the within instrument and acknowledged to me that he/skftday executed the same in his/IaerLNisir authorized capacity(iftst), and that by his/kenttheir signatures(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. 1..'. WITNESS my hand and official seal. Signature Susan Pugh ) ACKNOWLEDGMENT State of California Countyof 1-05 icnOte(es }ss. (seal) On m � s 201L before me, \v va Notary Public, personally appeared cash ca , who proved to me on the basis of satisfactory evidence to be the person(o whose name; Were - subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisAwltbeir authorized capacity(ies); and that by his/her/their- signatures on the instrument the personX), or the entity upon behalf of which the person(0)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. =QIRA WITNEStpS�mpy hand and official seal. les County ��=L�11 !L Signatureal) Grigolla & Sons Construction Co., Inc. ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY. INSURANCE COMPANY, a corporation organized and existing under `r the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of Pennsylvania, having theinprincipal office in the City of Newark, New Jersey, do hereby constitute and appoint ANDREW WATERBURY, DWIGHT REILLY, ARTURO AYALA'DANIEL HUCKABAY I I Orange, CA their true and lawful attomev(s)-n-fact to execute, seal and deliver for and on its behalf as surety any and all bonds and undertakings contracts of indemnity C a. T C or C "f if b n ft b C r otherwise, VSURANCE recutedand VSURANCE ,f Directors LLEGHENY at a meeting duly held on vtU, mat itmei-resieent, vice rFuUMU1IL, CXCU UVY vice r+oawmnv,_., a•y — •. pv, vv mtments of, ttomeys-in-Fact or agents with power and authority as defined or limited in their respective powers of a orney: an to execute on behalf brporation and affix the Corporation's seal thereto, bonds, undertakings; recognizances, contracts of mdemn'ittyy and other written obligations in the erect or related thereto; and (2) any such Officers of the, Cor oration may appoint and revoke the appointments of joint -control custodians, aggents )temce of process,. and Attomeysdn-fact with authority to execute waivers and consents on behalf of the Corporation, and -t3) the signature of any icer of .the Corporation and the Corporation's seal may affixed by facsimile to: any power of attorney or certification given fior the execution of any dertaking, recognizance, contract of indemnity or other written obliggafion to the nature thereof :or related thereto such siggnature and seals when whether heretofore or hereafter, being hereby adoppted by the Corporation as the original signature of such officer and the original seal of the ion, to be valid and binding upon the Corporation with the same force and effect as though manually affixed." LESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and these presents on this 12th day of March, 2012. 'y STATE OF NEW JERSEY : �i pM�lptTy 0: County of Essex SEAT 13 ROBERT W MINSTER *A�,� Executive vice President/Chref Operating Officer. "1NSyLVPt4 (International Fidelity Insurance Company) and President (Allegheny Casualty Company) On this 12th day of March 2012, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly: sworn, said heis the therein described and: authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY ,%that the seals .affixed to said instrument are the Corporate Seals': of said Companies that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, `+ xu• „ ,,,� at the City of Newark, New Jersey the day and year first above written w: 10g''.;'°j�gtit�3�er'i' A NOTARY PUBLIC OF NEW JERSEY Q- �s My Commission Expires April 16, 2019 Op N CERTIFICATION 1 :the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHE -compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections Power of Attorney, with the originals on file in the: home office of said companies, and that the of the said originals, and that the said Power of Attorney has not been revoked and is now in full ft IN TESTIMONY WHEREOF, I have hereunto set my hand: this =3rd c if the By -Laws of said Companies as set forth in said same are correct transcripts thereof, and of the whole rce and effect, Dy of '.October, 2014 EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 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 own expense during the term of this Contract, 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. 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. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee 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. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. 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 Grigolla & Sons Construction Co., Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. 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 Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractors insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractors insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten Grigolla & Sons Construction Co., Inc. Page C-2 (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file 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. B. 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 Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. 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. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit C 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. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or Grigolla & Sons Construction Co., Inc. Page C-3 elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. 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 Contract, 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. H. 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 Contract, 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. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. 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. Grigolla & Sons Construction Co., Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 10/15/14 Dept./Contact Received From: Raymund Date Completed: 10/23/14 Sent to: Raymund By: Chris Company/Person required to have certificate: Grigolla & Sons Construction Type of contract: All Others GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5/19/14 to 5/19/15 A. INSURANCE COMPANY: Golden Eagle Insurance B. AM BEST RATING (A-: VII or greater): A; XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $1,000,000 / $2,000,000 E. ADDITIONAL INSURED ENDORSEMENT— please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed 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? 0 Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 5/19/14 to 5119115 A. INSURANCE COMPANY: Peerless Insurance Company B. AM BEST RATING (A-: VII or greater) A; XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - 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?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑, No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/14 to 10/1/15 A. INSURANCE COMPANY: Insurance Company of the West B. AM BEST RATING (A-: VII or greater): A -:X C. ADMITTED Company (Must be California Admitted): N Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory N Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? N Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: N N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED N. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK N N/A ❑ Yes ❑ No N N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? N Yes ❑ No IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: a k Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 10/23/14 Date RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _; Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. PR1of5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT PROJECT CONTRACT NO. 5884 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 Work Schedule, 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. 5884 in accordance with the Work Schedule, Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization 4;e se►^ Dollars c� @ 4, ob and Cents Per Lump Sum 2. Lump Sum Traffic Control U V, e,�� Dollars o� and Cents Per Lump Sum 3, 25,000 S.F. Remove and uct 4 -Inch Thick P.C.C.Sidewalk Dollars and —/ �� Cents $ !� o0 �'� Per Square Foot �j� , PR2of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 6,000 L.F. Remove and Construct Type "A" P.C.C. Curb and Gutter @'��y2 Dollars and oto op 00 Cents $ $ 10,0 Per Linear Foot 5 C:1 7. 10,000 S.F. Remove and Construct Residential P.C.C. Driveway Approach @ Dollars and // - l � Cro Cents $ b $ Per Square Foot - 3,500 S.F. Remove and Construct Commercial P.C.C. Driveway Approach @ , v Dollars andQ pc> 00 Cents $ l , — $ Per Square Foot 4,000 S.F. Remove and Construct P.C.C. Alley Approach @ Dollars and b t7 d © Cents$ $ 3 ( OM Per Square Foot 8. 1,500 S.F. Remove and Construct 8 -inch Thick P.C.C. Cross Gutter @ Dollars and N � Cents $ � � • $ [15 19 Per Square Foot • ITEM QUANTITY iK 11. 12. 13 14 50 S.F. PR3of5 ITEM DESCRIPTION AND UNIT UNIT TOTAL r.r.1i_r- %AimiTTCAI IM U/r)pn.q PRICE PRICE Remove and Construct Catch Basin Cap Per Std -305-L @___5.; �iy2 Dollars and c� Cents $ Per Square Foot 250 EA. Prune Tree Roots (L=10') �' Dollars and c7 Cents Per Each 20 EA. Install Tree Root Barrier (L=10') Q@ p,,,e,�,reQ �tq��Dollars and Cents Per Each 10 EA. Tree Removal ((�� Dollars and Cents Per Each 1 EA. Furnish & Install Tree (34 --,Inch Box) �` ]� �P2 Dollars 1v and p Cents Per Each C9 0 0�0 w OO©✓ $ (C) ) $ ,��o. $ I "SC90. Lump Sum Contract ISA Certified rboe-�V&Ve- `nCee. a Dollars dL--;, and $ Cents Per Lump Sum PR4of5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 15. 20 EA. 16. 17 im 19 Remove and Construct P.C.C. Curb Access Ramp (� ��01&r_�k�(Dollars � and Per Each Cents ov $ate $�D�°z' 5 EA. Install Raised Truncated Domes at Existing Access Ram Dollars NO and � � Cents $ CjCD• Per Each $ a'--- 10 EA. Replace Existing Pull Box and UCover @ Dollars and and 07�' Per ach Cents $ 15d $ E 15 EA. Remove & Replace with New Water Meter Box & Cover @ 0VL*-L4f e-Qk� "fir _ ollars �� and Cents $ Per Each 10 EA. Remove & Replace with New Valve Box and Cover @ 9Vt1Ak-Jte94`WDollars b an m` c� Cents $ $ 1 �� Per Each PR5of5 TOTAL ITEM QUANTITY ITEM WRITTENDESCRIPTION N WORDS PRICE PRICE AND UNIT � TOTAL PRICE IN WRITTEN WORDS � ` �1 (�'ez n5oktocZ—Dollars RC2 and �C Cents $ �]�oo Total Price (Figures) Ghjv i* & Sons Cana. Co. INC. Date l Bidder nature and Title Bidder's Telephone and Fax Numbers idder s Au o i ed Sig Bidder's License No(s). Bidder's Address and Classification (s) Bidders email address. �, f � v PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2014-2016 SIDEWALK CURB & GUTTER REPLACEMENT CONTRACT NO. 5884 PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.3 Survey Service. 2-9.6 Survey Monuments. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. SECTION S ---UTILITIES 5-1 LOCATION. 5-2 PROTECTION. 5-7 ADJUSTMENTS TO GRADE. SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. 6-1.1 Construction Schedule. 6-2 PROSECUTION OF WORK. 6-7 TIME OF COMPLETION 6-7.1 General. 6-7.2 Working Days. 6-7.4 Working Hours. 6-9 LIQUIDATED DAMAGES. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1.2 Temporary Utility Services. 7-8 WORK SITE MAINTENANCE 7-8.4.3 Storage of Equipment and Materials in Public Streets. 7-8.6 Water Pollution Control, 7-8.6.2 Best Management Practices (BMPs). 7-8.7.2 Steel Plates, 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. 7-10.3 Street Closures, Detours and Barricades. 7-10.4 Safety 7-10.4-1 Safety Orders. 7-10.5 "No Parking" Signs. 1 1 1 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 4 4 5 5 5 6 6 6 7 7 7 7 8 8 8 8 7-10.7 Notices to Residents and Businesses. 9 7-15 CONTRACTOR'S LICENSES, 9 SECTION 9 ---MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9-3.1 General. 10 9-3.2 Partial and Final Payment. 14 PART2 15 CONSTRUCTION MATERIALS 15 SECTION 201--- CONCRETE, MORTAR, AND RELATED MATERIALS 15 201-1 PORTLAND CEMENT CONCRETE 15 201-1.1.2 Concrete 15 201-2 REINFORCEMENT FOR CONCRETE 15 201-2.2.1 Reinforcing Steel. 15 206-5 METAL RAILINGS 15 206-5.1 Metal Railings Materials. 15 PART3 15 CONSTRUCTION METHODS 15 SECTION 300 ---EARTHWORK 15 300-1 CLEARING AND GRUBBING 15 300-1.3 Removal and Disposal of Materials 15 300-1.3.1 General. 15 300-1.3.2 Requirements 16 300-1.5 Solid Waste Diversion. 16 303-5.5 Finishing 17 303-5.5.1 General. 17 303-5.5.4 Gutter. 17 SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 17 308-1 General. 17 SECTION 400 ---ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 19 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 19 400-2 UNTREATED BASE MATERIALS 19 400-2.1 General 19 400-2.1.1 Requirements. 19 SP 1 OF 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2014-2015 SIDEWALK CURB & GUTTER REPLACEMENT CONTRACT NO. 5884 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Work Schedule; (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 (2003 Edition), including supplements; Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 ---SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract includes, but not limited to, removing sidewalk, curb and gutter, and access ramps; removing or pruning tree roots; removing trees; constructing PCC sidewalk, curb and gutter, and access ramps; installing tree root barriers, restoring private improvements impacted by the work, and other incidental items to complete work in place as required by the contract documents." 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: "The Contractor shall notify the City in writing two working days in advance of the time that the project markings or delineations are needed. All existing street and property corner monuments are to be preserved. The Contractor will be back -charged for the cost of restoring any survey ties and/or SP2OF19 monuments damaged by the Contractor, including the cost of filing the required corner records or record of surveys with the County of Orange." 2-9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, one percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various SP 3 OF 19 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 3rd paragraph: "Within one week upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that a pull or meter box or cover that is not scheduled for replacement is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover and size at no additional cost to the City." 5-7 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. SP4OF19 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." 6-2 PROSECUTION OF WORK. Add to this section: "Before pruning tree roots listed on the Work Schedule as 'Contract Arborist to Inspect', the Contractor's ISA Certified Arborist shall provide written documentation indicating tree root pruning can be performed without future tree damage. For trees requiring arborist inspection, the concrete work around the trees may be modified or eliminated from the contract. If the arborist cannot provide an explicit recommendation or requests tree removal, the Contractor shall obtain written approval from the Engineer to perform root pruning or tree removal work. The City's review time may take up to ten working days. Upon review, the Engineer will provide instructions to the Contractor regarding each tree's disposition. Trees slated for removal will be paid at the contract bid price. Working days will not be added to contract time for the City's review." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 85 consecutive working days after the date on the Notice to Proceed." The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work. 6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 St (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. SP 5 OF 19 The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $215 per hour when such time periods are approved. SEQUENCE OF CONSTRUCTION: 1. Irvine Terrace 2. Corona Del Mar 3. Shorecliffs 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, or the work in a designated area, 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 City and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-1.2 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 $857.00 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. SP6OF19 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 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. The City must approve any nighttime work in advance. It is the Contractor's responsibility to notify the affected business and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours minimum in advance of the water shut down." 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 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the Utilities Operation Manager, at (949) 644-3011." 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at SP7OF19 www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs). Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code, 7-8.7.2 Steel Plates. "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (W.A.T.C.H.), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." SP8OF19 7-10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detours shall incorporate the following items: Emergency vehicle access shall be maintained at all times. 1. 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. 2. All advanced warning sign installations shall be reflectorized and/or lighted. 3. 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- 3466 and all affected property owners." 4. Type II barricades shall be located at the beginning and end of each individual closed pedestrian access area from time of removal until final cure of the sidewalk. 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided 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 SP9OF19 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. 7-10.7 Notices to Residents and Businesses. The Contractor shall deliver a construction notice to residents and businesses within 500 feet of the project, ten working days prior to starting work, 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 and businesses a second written City Notice clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared and provided by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess an "A" or "C-8" License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. At the time of the award and until completion of work, the Contractor shall retain an ISA Certified Arborist to assess all tree locations noted on WORK SCHEDULE. At the start of work and until completion of work, the Arborist shall possess a Business License issued by the City of Newport Beach. SECTION 9 ---MEASUREMENT AND PAYMENT 9-3 PAYMENT SP 10 OF 19 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the Proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not limited to, providing bonds, insurance, submittals, and financing; establishing a field office; preparing and updating the SWPPP or BMP Plan and construction schedule; attending all construction meetings; surveying services; demobilizing; and completing and +keeping records of existing conditions prior to starting work for the Contractor's protection; and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not limited to, all labor and materials relating to delivering all required notifications, posting signs and all costs incurred notifying residents and businesses. In addition, this item includes traffic control plans prepared and signed by a California -licensed Traffic Engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, temporary striping, flag persons, and changeable message boards. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City of Newport Beach Requirements. Item No. 3 Remove and Construct Minimum 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing sidewalk, compacting subgrade, constructing fl- inch thick minimum P.C.C. sidewalk per CNB STD -180-L, installing temporary AC sidewalk, adjusting sidewalk to grade to match adjacent improvements, making in-kind repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Location of sidewalk removals and construction shall be directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Item No. 4 Remove and Construct Type "A" P.C.C. Curb and Gutter: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing curb and gutter, compacting subgrade, SP 11 OF 19 reconstructing curb openings of existing curb drains, constructing Type "A" P.C.C. curb and gutter per CNB STD -182-L, 12" wide x 12" deep A.C. patch back, installing dowels, curb painting, re -chiseling of curb face for existing underground utilities, restoring all existing public and private improvements damaged by the work, making in-kind repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Location of curb and gutter removals and construction shall be directed by the Engineer during construction. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Item No. 5 Remove and Construct Residential P.C.C. Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing, and disposing existing improvements associated with curb and gutter removals, and constructing P.C.C. driveway approach per CNB STD -164-L, 12" wide x 12" deep A.C. patch back, steel plating, restoring all public and private improvements impacted by the work; such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions, and all other work items as required to complete the work in place. Contractor shall complete all private improvement repairs within five (5) calendar days of City notification. Location of driveway removals and construction shall be directed by the Engineer during construction. Item No. 6 Remove and Construct Commercial P.C.C. Driveway Approach: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing existing improvements and constructing P.C.C. driveway approach per CNB STD -161-L, 12" wide x 12" deep A.C. patch back, steel plating as needed providing access during non -working hours, restoring all public and private improvements impacted by the work; such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, sod, other private improvements to preconstruction conditions and all other work items as required to complete the work in place. Contractor shall complete all improvement repairs within five (5) calendar days of City notification. Location of driveway removals and construction shall be directed by the Engineer during construction. Item No. 7 Remove and Construct P.C.C. Ailey Approach: Work under this item shall include, but not limited to, all labor and materials relating to removing existing improvements and constructing P.C.C. alley approach per CNB STD -142-L, 12" wide x 12" deep A.C. patch back, steel plates as needed providing access during non -work hours, and all other work items as required to complete the work in place. Work under this item shall also include the removal and replacement of the existing curb per CNB STD -182-L Type B. Omission of this payment item in its entirety shall not result in any compensation. SP 12 OF 19 Item No. 8 Remove and Construct 8 -Inch Thick P.C.C. Cross Gutter: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing damaged portions of existing cross gutter and spandrels, compacting subgrade and base material, installing dowels and base material, constructing 8 -inch thick P.C.C. cross gutter per CNB STD -185-L, 12" wide x 12" deep A.C. patch back, adjusting City utility facilities such as street lighting, sewer, water, etc. boxes and covers to grade, and all other work items as required to complete the work in place. Location of cross gutter removals and construction shall be directed by the Engineer during construction. Omission of this payment item in its entirety shall not result in any compensation. Item No. 9 Remove and Construct Catch Basin Cap Per Std -305-L: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing damaged portion of existing catch basin cap and spandrels, compacting subgrade, placing base material, compacting base, installing dowels, face plate, frame & cover, constructing P.C.C. cap per CNB STD -305-L, and all other work items as required to complete the work in place. Item No. 10 Prune Tree Roots (L=10'): Work under this item shall include, but not limited to, all labor and materials relating to root pruning and disposing per Section 308-1, removing and disposing of excess soil, reviewing trees identified on the Work Schedule by ISA Certified Arborist, and all other work required to complete the work in place. All utilities or other improvements damaged by the work, including, but not limited to, street light conduit and wires and private irrigation lines shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 11 Install Tree Root Barrier (L=10'): Work under this item shall include, but not limited to, all labor and materials relating to providing and installing new tree root barriers per Section 308-1, removing and disposing of excess soil, following the direction of the ISA Certified Arborist for trees identified on the Work Schedule, and all other work required to complete the work in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. This item may be removed or reduced in the contract at the City's discretion and no compensation shall be made for bid items removed or reduction. Item No. 12 Tree Removal: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of trees, roots to a minimum depth of 18 -inches below ground surface, and soil; adjusting surface grade to match adjacent improvements; making repairs to private improvements impacted by the work such as irrigation systems, bricks, pavers, plants, shrubs, decorative stones, walls, walks, fences, mailboxes, sod, and other private improvements to preconstruction conditions; restoring the ground surface and all other work items as required to complete the work in place. Trees which have not been preselected by the City for removal may take up to ten working days to process and formally approve for removal SP 13 OF 19 per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Omission of this payment item in its entirety shall not result in any compensation. Item No. 13 Install 36 -Inch Box `Tristania Laurina' (Water Gum): Work under this item shall include, but not limited to, the cost of all labor, equipment, and materials for maintaining, furnishing and installing 36 -inch box `Tristania Laurina' (Water Gum), transportation, delivery, storage, soil testing, placement, additional soil amendments, and all other work items as required for performing the work complete in place. One color photograph with human or measuring scale shall be provided to the Engineer for approval prior to delivery. A color photograph of the tree shall be taken from the nursery in which the plants will be delivered for submittal. Each tree shall be equipped with a 48 -inch Quick Crete tree grate type QS -48B -TG. Tree installation shall be completed by a C-27 licensed contractor. Item No. 14 Contract ISA Certified Arborist: Work under this item shall include, but not limited to, retaining an ISA Certified Arborist for the purpose of assessing tree condition for locations indentified on the WORK SCHEDULE as "Contract Arborist to Inspect." The Contractor's arborist shall provide written documentation on the condition of each tree and provide pruning recommendations to the Contractor. Following the arborist's report, concrete work around the trees may be modified or eliminated from the contract by the Engineer. Trees which have not been preselected by the City for removal and have been recommended by the arborist may require up to ten working days to process and formally approve for removal, per Section 308-1. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 15 Remove and Construct P.C.C. Curb Access Ramp: Work under this item shall include, but not limited to, sawcutting, all labor and materials relating to removing; disposing existing improvements; importing and compacting subgrade; constructing P.C.C. Curb Access Ramp including minimum twelve square feet of raised truncated domes per CNB STD -181-L, retaining curbs, 12" wide x 12" deep AC patch back, curb painting, grooving, doweling into adjacent sidewalk; 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. The Contractor shall have inspected the locations where new access ramps are to be installed and the unit price bid shall apply to all City standard curb access ramp cases. All ramp shall conform to current ADA regulations. Item No. 16 Install Raised Truncated Domes at Existing Access Ramp: Work under this item shall include, but not limited to, all labor and materials relating to sawcutting, removing and disposing of conflicting portions of concrete access ramp, 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 SP 14 OF 19 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. Omission of this payment item in its entirety shall not result in any compensation. Item No. 17 Remove and Replace Existing Pull Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and disposing of the existing pull box; furnishing and installing new #3'/2F pull box and cover per CNB STD -204-L or 205-L; reconnecting existing wirings; restoring adjacent areas; and completing all other items as required to restore system operations that were damaged by the work. Location of pull box and cover removals and construction shall be directed by the Engineer during construction. Omission of this payment item in its entirety shall not result in any compensation. Item No. 18 Remove and Replace New Water Meter Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing water meter boxes, frames and covers to grade per CNB STD - 502 -L or STD -503-L, match the finish surface and all other work items as required to complete the work in place. Omission of this payment item in its entirety shall not result in any compensation. Omission of this payment item in part will not result in renegotiation in unit price. Item No. 19 Remove and Replace New Valve Box and Cover: Work under this item shall include, but not limited to, all labor and materials relating to removing and replacing all water valve frames and covers to grade per CNB STD -511-L, and all other work items as required to complete the work in place. Omission of this payment item in its entirety shall not result in any compensation. Omission of this payment item in part will not result in renegotiation in unit price. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." SP 15 OF 19 PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement Concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 206-5 METAL RAILINGS 206-5,1 Metal Railings Materials. Add to this section: "Handrails shall be Schedule 80 - Type 316, TP316L, stainless steel conforming to ASTM A312. Steel railing shall be welded or seamless steel pipe conforming to ASTM A 53 or ASTM A 501." PART 3 CONSTRUCTION METHODS SECTION 300 ---EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: www/newportbeachca.gov/generalservices and clicking on refuse, then selecting the link Franchised Haulers List." 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications 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. SP 16 OF 19 The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday." 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, Medians, 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 1-1/2 inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, MEDIANS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: 1. Driveway approaches shall be reconstructed and open for use within three calendar workdays after the commencement of driveway approach removal. The Contractor shall provide access during non -working hours. The approaches must be available for use over weekends and Holidays. 2. Driveway approaches shall be constructed one half at a time so that garage access is continuously maintained, unless a signed agreement with the property owner is obtained by the Contractor. 3. Curb access ramps, sidewalk, curb and gutter shall be reconstructed and open for use within five calendar workdays after removal. 4. Temporary AC shall be used if the concrete panels will not be replaced within the time limit. 5. Ten inches of curb and gutter subgrade shall be compacted to 95 percent relative compaction. SP 17 OF 19 6. Reconstructed sidewalk and curb access ramps shall be opened to public use on the day following concrete placement. 7. All forms shall be removed, irrigation systems shall be repaired, and backfill or patch -back shall be placed within 72 hours following concrete placement. 8. All damaged private improvements shall be repaired in-kind to the satisfaction of the Engineer within five days of reconstructed work. 9. P.C.C. work subjected to vehicle loads such as driveways and gutters shall not be opened to traffic until the concrete has cured to a minimum strength of 3,000 psi. The Contractor shall detour traffic around such work until the work is ready for public use. 10.All excavated areas shall be allowed to remain open no longer than 24 -hours prior to the placement of concrete." 303-5.5 Finishing 303-5.5.1 General. Add to this section: `The Contractor shall patch back A.C., P.C.C., brick, or any other hardscape within private property 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 W -V for water valve locations. "V shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor shall call the Utilities Operation Manager, at (949) 644-3011." 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 work. The Contractor shall retain and follow the written recommendation of the approved ISA Certified Arborist for the safe pruning and removing tree roots in areas specified on the Work Schedule. The Arborist shall provide a written report with the recommendations to both the Engineer and Contractor. No trees shall be removed unless formal written approval is provided by the City. Prior to tree removal, the Contractor and Arborist shall SP 18 OF 19 arrange to meet with the City's Urban Forester, Mr. John Conway at (949) 644-3083 at the site to discuss City standards and requirements. The contract arborist shall be listed on the Designation of Subcontractor(s) form. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. Tearing of roots will not be acceptable. c. A root pruning sample 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 or as noted by the Urban Forester on the submittal. 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. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. If there is a serious question about the stability of a tree such a large diameter roots must be removed, the Contractor shall notify the Engineer for approval. 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 General Services Department. SP 19 OF 19 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimal of 14" below grade for sidewalks and 26" for curbs. b. The product shall be a minimal of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors. An example of the product will be submitted for approval by the Urban Forrester. c. The product shall be installed per manufacturer's specifications. The manufacturer's specifications must be submitted prior to commencement of the project." SECTION 400 ---ALTERNATE ROCK PRODUCTS ASPHALT CONCRETE PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base, or approved equal, as the base materials." AREA - SHORECLIFFS 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME &NO, SIDEWALK C&G (SF) (LF) CURB ACCESS PAINT(LF) RAMP ROOT PRUNING RES.OVY. DOM D" ALLEY CROSS UIBOX APPR.(SF) APPR.(SF) APPR.(SF) GUTTER(SF) (EA) COMMENTS 111 SIN orecliff Rd 20 6 1 254 Driftwood Rd 25 326 Driftwood Rd 10 307 Orftlwood Rd 40 SURVEY MARKER 311 Ddffwocd Rd 35 SURVEY MARKER 239 Driftvrood Rd 30 30 139 Sharediff Rd 8 AF 332 Evening Canyon Rd 10 SURVEY MARKER 249 Evening Canyon Rd 5 207 Evening Canyon Rd 60 220 Evening Canyon Rd 5 254 Evening Canyon Rd 20 260 Evening Canyon Rd 10 267 Evening Canyon Rd 30 i 286 Evening Canyon Rd 40 SURVEY MARKER 332 Evening Canyon Rd 20 344 Evening Canyon Rd 20 1 311 Momin9 Canyon Rd 30 239 Morning Canyon Rd 8 I Ii 248 Morning Canyon Rd 10 10 20 268 Morning Canyon Rd 40 AREA -CDM 250 Haeel Or 10 222 Hazei Or 25 3 210 Poinsettia Ave 125 2 SURVEYMARKER 220 Poinsettia Ave 40 65 226 Poinsettia Ave 45 Seaview Ave at Poinsettia Ave 4 SURVEY MARKER 310 Poinsettia Ave 48 16 322 Poinsett'a Ave 15 1 332 Poinsettia Ave 16 336 Poinsettia Ave 6 3653 E. Coast Hwy on PO4raettla Ave 40 14 1 100 20 1 325 Poinsettia Ave 10 1 323 Poinsettia Ave 30 1 25 317 Poinsettia Ave 40 i 20 311 Poinsettia Ave 25 i POTENTIAL TREE REMOVAL 16 20 305Poinsetea Ave 75 35 1 SURVEY MARKER 307Poinsett6a Ave 35 1 301 Poinsettia Ave 120 1 SURVEY MARKER 303 Poinsettia Ave 120 1 SURVEY MARKER 219 Poinsettia Ave 30 2 3628 Ocean Blvd on Poinsettia Ave 40 i 16 16 16 24 24 16 Poinsettia Ave at Ocean Blvd 1 2 3628 Oman Blvd 75 Orchid Ave at Seaviaw Ave 75 3601 E. Coast Hwy on Orchid Ave 120 35 175 3565 E. Coast Hwy on OrcMtl Ave I 50 321 Orchid Ave e 3190 hid Ave 35 229Ordiitl Ave 50 WORK SCHEDULE AREA - CDM 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME B NO. SIDEWALK (SE) C & G (LF) CURB PAINT (LF) ACCESS ROOT RAMP PRUNING RES. DWY. APPR.(SF) COM. DWY. ALLEY CROSS UIBOX COMMENTS APPR.(SF) APPR.(SF) GUTTER (SF) (EA) 225 Orchid Ave 80 25 M28 Ocean Blvd on Orchol Ave 25 Ocean Blvd al Orchid Ave 2 222 Narcissus Ave 25 1 Narcissus Ave aI Seaview Ave 4 300 Narcissus Ave 20 3 1 3DB Narcissus Ave 60 1 312 Narcissus Ave 1 10 318 Narcissus Ave 16 325 Narcissus Ave so 1 321 Narcissus Ave 50 1 301 Narcissus Ave 32 223 Narcissus Ave 60 219 Narcissus Ave 10 1 209 Narcissus Ave 16 218 Narcissus Ave 40 1 320 Med9oM Ave 80 1 322 Marigold Ave 80 15 Al 3317 Ocean Blvd 25 3329 Ocean 81vd 85 3415 ocean Blvd 35 150 AF 3516 Ocean blvd 5 5 3728 Ocean Blvd 40 3528 Ocean Blvd 120 3516 Ocean Blvd 40 3500 Ocean Blvd 15 15 3428 Ocean Blvd 16 3412 Ocean Blvd 60 301 Poppy Ave on Seaview Ave 65 60 10 2 35 1 3600 Seaview Ave 16 301 Orchid Ave on Seaview Ave 40 75 1 330 Narcissus Ave on Seaview Ave 40 40 301 Narcissus Ave on Seaview Ave 25 3320 Seaview Ave 60 1 3301 Seaview Ave 90 1 2 223 Mangold Ave on Seaview Ave 16 223 Narcissus Ave on Seaview Ave 18 i 16 229 OnNd Ave on Seaviaw Ave 16 i 232 Orchid Ave on Seaview Ave 20 10 10 301 Marguedle Ave at Seaview Ave so 80 1 300 Larkspur Ave 2 100 301Jasmine Aveon Seaview Ave 20 1 300 Haan rope Ave on Seaview Ave 40 1 27305eaview Ave 32 2720 Seaview Ave 15 1 2630 Seaview Ave 16 2610 Seaview Ave 20 20 1 2526 Seaview Ave 30 1 SURVEY MARKER 25015eavlew Ave 16 Oahlia Ave at Seaview Ave 400 2701 SeaviewAve 80 1 50 233 Jasmine Ave on Seaview Ave 10 1 60 3250 E. Coast Hwy at MaMuenle 120 20 720 REMOVE 350 SF, OF EXISTING DRIVEWAY 3221 Seaview Ave 20 227 Mar9uenla Aveon Seaview Ave 40 1 (Larkspur Ave at Ocean Blvd 2 312 Larkspur Ave 15 323 317 Larkspur Ave 60 317 Larkspur Ave e0 1 315 Larkspur Ave 80 1 3128 Ocean Blvd on Larkspur Ave 40 WORK SCHEDULE AREA - CDM 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME & NO. SIDEWALK (SF) C&G (LF) CURB ACCESS ROOT PAINT (LP) RAMP PRUNING RES. OWN. COM, DWY, APPR. (SE) APPR. (SE) ALLEY CROSS UIBOX APPR. (BE) GUTTER (SE) (EA) COMMENTS 40 224 Jasmine Ave W 20 1 POSSIBLE TREE REMOVAL 304 Jasmine Ave 20 312 Jasnnne Ave 10 1 POSSIBLE TREE REMOVAL 311 Jasndne Ave 20 1 POSSIBLE TREE REMOVAL 307 Jasmine Ave 120 20 1 POSSIBLE TREE REMOVAL 303 Jasmine Ave 40 1 223Jesmine Ave 16 1 219 Jasmine Ave 40 i 3028 Ocean Blvd 60 210 Ids Ave 10 80 308 Ids Ave 40 t 314 Iris Ave 40 309 Iris Ave 20 1 231 Iris Ave 80 t 229 Ids Ave 20 2929 Ocean Blvd on Heliotrope Ave 40 1 2900 Ocean Blvd on Heliotrope Ave 40 1 1 1 (EDISON BOX) 32 1 1 (WATER METER BOX) 218 Heliotrope Ave 60 220 Heliotrope Ave 60 1 312 HelioVope Ave 100 1 SURVEY MARKER 314 Heliotrope Ave 80 316 Heliotrope Ave 25 307 Heliotrope Ave 25 245 Hatiolrope Ave 30 3 241 Helimrope Ave 16 2830 Ocean Blvd on Heliotrope Ave 16 234 Goldenrod Ave 20 t 304 Goldenrod Ave 15 1 311 Goldenrod Ave 15 1 127 Goldenrod Ave 20 1 219 Goldenrod Ave 60 1 2724 Ocean Blvd on Bayview Or 20 1 2171 re Ave oa Bayview Dr 12 1 28208ayview Or 40 1 1 (SEWER BOX) 2720 Bayview Dr 20 1 308 Fernleaf Ave 80 30 30 306 Femleaf Ave 15 15 1 1 214 Dahlia Ave 24 1 211 Eerie Ave 80 1 209 Leads Ave 16 1 AF 2524 Ocean Blvd 8o 1 2741 Ocean Blvd 80 so 40 2804 Ocean Blvd 40 5 3201 E. Coast Hvry On Larkspur Ave 120 30 2 1 SURVEY MARKER 40 3141 E. Coast Hwy on L.0c,sr Ave 40 1 20 SURVEY MARKER 5 408 Jasmine Ave 10 1 3107 E Coast Hwy on Jasnen a Ave 20 10 60 60 3049 E Coast Heir, on Jasmine Ave 60 40 40 35 405 Jasmine Ave 40 1 SURVEY MARKER BB 80 80 4% Ids Ave 16 4 12 1 (GAS BOX) 410 Iris Ave 90 4 1 AF 4291rne Ave 275 WORK SCHEDULE AREA - CDM 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME &NO, SIDEWALK (SF) C&G (LF) CURB PAINT(LF) ACCESS ROOT RES, DWY, COM, DWY. ALLEY CROSS UIBO% COMMENTS RAMP PRUNING APPR.(SF) APPR.(SF) APPR(SF) GUTTER (SF) (EA) 307 E Coast Hwy on Iris Ave 75 2935 E. Coast Hvy on Ins Ave 4 520 Ins Ave 200 15 1 425 Iris Ave 40 1 SURVEY MARKER 28 421 Iris Ave 60 1 4154is Ave 24 1 4D9 Iris Ave 60 1 407 re Ave 32 i 416 Heliotrope Ave 28 418 Heliotrope Ave 120 1 420 Heliotrope Ave 120 5 1 430 Heliotrope Ave 32 1 440 Heliotrope Ave 65 1 2905 E. Coast Hvy on Heliotrope Ave 28 1 170 437 Heliotrope Ave 60 1 429 Heliotrope Ave 10 i 425 Heliotrope Ave 10 t 421 Heliotrope Ave 30 1 41911efierepe Ave ifi 10 1 415 Heliotrope Ave 10 413 Heliotrope Ave 32 35 1 411 Heller., Ave 80 1 16 400 Hefwtrope Ave 40 402 Hefwtrope Ave 40 1 417 Goldenrod Ave 6 1 410 Goldenrod Ave 60 1 414 Goldenrod Ave 20 420GoldenmdAve 40 AF 515 Goldenrod Ave 100 8 8 2801 E. Coast Hwy on Goldenrod Ave 40 2743 E Coast Hoy on Goldenrod Ave 40 20 409 FemleafAve 40 15 75 406 Femleaf Ave 100 1 408 Femleaf Ave 40 1 1 i 414 Femleaf Ave 14 1 412 Femleaf Ave 12 1 420 Femleaf Ave 84 422 Femleaf Ave 32 1 426 Femleaf Ave 40 1 ifi 428 Femleaf Ave 40 1 432 Fondant Ave 40 1 434 Femleaf Ave 6 1 436 Femleaf Ave 15 1 506 Femleaf Ave 40 1 516 Femleaf Ave 15 1 520 Femleaf Ave 12 17 1 20 2647 E. Coast Hwy on Femleaf Ave 6o 519 Femleaf Ave 10 1 515 Femleaf Ave 40 SURVEY MARKER 513 Femleaf Ave 20 1 511 FemleafAve 8 509 FerNeaf Ave 5 507 FernlearAve 110 1 505 Femleaf Ave 40 1 441 Femleaf Ave 5 439 Femleaf Ave 5 433 Femleaf Ave 20 24 1 427 Femleaf Ave 40 8 1 421 Femleaf Ave 28 1 514 Bonds Ave 120 2 SURVEYIMI WORK SCHEDULE AREA - CDM 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME &NO. SIDEWALK (SF) C & G (LF) CURB ACCESS PAINT(LF) RAMP ROOT PRUNING RES. DWY. COM. DW. ALLEY APPR.(SF) APPR.(SF) APPR.(SF) CROSS UIBOX COMMENTS GUTTER(SF) (EA) 516 Dahlia Ave 16 1 406 Dahlia Ave 15 1 418 Dahlia Ave 16 1 432 Dahlia Ave 120 1 434 Dahlia Ave 15 1 436 Dahlia Ave 10 1 441 Dahlia Ave 20 2 600 Carnation Ave 18 604 Carnation Ave 16 4 AT 619 Carnation Ave 100 1 900 Carnation Ave 60 1 SURVEYMARKER 60 2515 E. Coast Hwy, m Carnation Ave 100 1 2443 E. Coast Hwy on Carnation Ave 300 2 2 (1) SEWER,(1) WATER 40 1 621 Carnation Ave 24 619 Carnation Ave 16 1 617 Carnation Ave 16 19 1 603 Carnation Ave 14 1 519 Carnation Ave 16 15 1 517 Carnation Ave 16 511 C ... hen Ave 28 427 Carnation Ave 24 423 Carnation Ave 28 AF 410 Carnation Ave 10 419 Begonia Ave 32 1 417 Begonia Ave 20 1 415 Begonia Ave 40 1 SOB Begonia Ave 40 1 514 Begonia Ave 16 706 Begonia Ave 30 260 2345 E. Coast Hwy on Begonia Ave 10 707 Begonia Ave 40 617 Begonia Ave 40 613 Begonia Ave 20 7 1 POSSIBLE TREE REMOVAL, SURVEY MARKER 611 Begonia Ave 40 10 1 POSSIBLE TREE REMOVAL 609 Begonia Ave 24 1 607 Begonia Ave 40 1 5178 ... No Ave 20 1 505 Begonia Ave 60 1 439 Begonia Ave 80 1 431 Begonia Ave 60 1 419 Begonia Ave 32 20 1 225 422 Acacia Ave 120 1 1516 Acacie Ave 35 1 610 Acacia Ave 60 1 612 Acacia Ave 20 1 614 Acacia Ave 40 1 2301 E. Coast Hwy, on Acacia Ave 40 1 300 2305 E Coast Hwy on Asada Ave 20 1 2229 E. Coast Hwy, on Asada Ave 40 1 709 Acada Ave 32 300 20 16 1 619Acacia Ave 60 1 617 Acacia Ave 16 1 613Acacia Ave 20 2 609 A eld. Ave 8 521 Acacia Ave 20 1 515 Acacia Ave 24 1 513 Acacla Ave 60 1 505 Acacia Ave 120 1 33 Acacia Ave !222- 6 150 SURVEY MARKER 110 Acacie Ave 40 1 2201 E Coast Hwy on Avocarto Ave 150 WORK SCHEDULE AREA - CDM 2014-2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREET NAME& NO. SIDEWALK (SF) C&G (LF) CURB ACCESS ROOT PAINT(LF) RAMP PRUNING RES. DWY, COM. DWY. ALLEY CROSS U180X COMMENTS APPR. (SF) APPR. (SF) APPR. (SF) GUTTER ($F) (EA) 439 Avocado Ave 24 30 423 Avocado Ave 60 1 2200 Paafic Mow, Dr 225 2231 Pacific View Or 16 1 2235 Pacific View Dr 10D 2301 Paclfc Vlew Or 40 416 D.N. Ave. First Ave 30 4 418 Goldenrod Ave on First Ave 1 150 150 50 3049 E. Coast Hwy on Fb9 Ave 100 6 1 420 Dahlia Ave on First Ave 20 1 2321 Second Ave 20 40 445 Begonia Ave On Second Ave 80 i 441 Carnation Ave on Second Ave 40 1 60 1 2526Secono Ave 20 2865 E. Coast Hwy on Second Ave 25 501 Goldenrod Ave on Second Ave 375 (2) SURVEY MARKERS 500 Begonia Ave on Second Ave 120 1 300 1 521 Carnation Ave on Third Ave 150 2 60 1 601 Acacia Ave on Third Ave 2D 620 Acacia Ave on Fc.Al ave 40 1 AREA - IRVINE TERRACE Zahma Dr at Seadrift Or 30 1 Zahma Dr at Chubaeco Dr 20 1 2012 Seadrift Dr on Zahma Or 280 70 1 4 1920 Kewanee Dr 20 1 1848 Marapata Dr on Kewanee BY 40 1 1 1915 Kewemee Dr 80 1921 Kewanee Or e0 1 2 (2) WATER 1927 Kewanee Dr 120 1 24 2001 Kawamee Or 40 1 1 WATER 2007 Kewanee Dr 40 20 1 1 WATER 2015 Kewanee Be 60 1 524 AngelNa Or on Kewamee Or 20 1 1 2111 Kewanee Or 1 30 2 125 2008 AIWra Or 8 2000 Allure Dr 12 1914 AIWra Dr 30 1 25 1 1907 Altura Dr 80 1 1627 Sabrina Tertrace 60 1 1821 Sabrina Terrace 25 1 IW0Sab6na Terrace 25 1 1821 Tahuna Terrace 12 1 1 1 1827 Tahuna Terrace 120 1901 Tahuna Terrace 40 80 2027 Tahuna Terrace 75 2012Tahuna Terrece 20 50 1900Tahuna Terrace 20 100 1810 Tahuna Terrace 50 150 1848 Marapata Or 20 1832 Marapata Or 20 1800 Sabrina Terre. on Marapala Or 0 1 1 AT 1801 Galatea Terrace 20 1 AT 1821 Galatea Terrace 10 1 2021 Galatea Terrace 15 2021 Bayadere Terrace 40 15 1 16 6 1 24 1 1501 Bayadere Terrace 25 WORK SCHEDULE AREA -IRVINE TERRACE 2014.2015 SIDEWALK, CURB & GUTTER REPLACEMENT PROGRAM (C-5884) LOCATION STREETNAME& NO. SIDEWALK (SF) C&G (LF) CURB PAINT (LF) ACCESS ROOT RAMP PRUNING RES.DWy. APPR. (SF) COM.DWY. ALLEY CROSS UIBOX APPR. (SF) APPR. (SF) GUTTER (SF) (EA) COMMENTS 1521 Bayadere Terrace 20 1 1607 Bayadere Tenaoe 40 2001 Bayadere Terrace 10 AT 1707 Bayadere Terr.oe 40 AF 1621 8ayadere Terrace 50 1915 Cl Dr 40 1 AF 2W7 Chebasco Or 20 1 2007 Chubasco Or 20 2000 Seadrift Or 40 1 1 1 1 1906 Seadrift Or 28 AF 1817 Seatlnft Or 10 1 wls Seadrift Drat Malabar Or 40 1 1 WATER 1825 Seatlnft Or 40 1 1917 Seadrift Dr 200 1 2015 Seadrift Dr 80 12 1 615Ma1abar Or 40 1 GAS 325 EI P... Dr 30 30 12 60 SURVEYMARKER 600 Malabar Or 40 1 GAS 1619 Bonnie Doone Ter on Malabar Do 120 20 AF 1519 Bonnie Doone Ter 10 1 AF 1501 Bonnie Doone Ter 40 15 1 AF 1431 Bonnie Doone Ter 50 1 AF 1419 Bonnie Doone Ter 20 1 AF 1415 Bonnie Doone Ter 15 1 AF 1029 Barrie Doone Ter 15 1 718 K-Thanga Cron Bonnie Doone Ter 80 1 1531 Bonnie Doom Ter 16 25 75 1 GAS 16 618 Ramon. Or 50 1 GAS 1543 Bonnie Doone Ter on Ramona Or 40 1300 Patolita Or on Dolphin Ter 80 1614 Santaneea Ter 32 1 GAS 1606 SantaneBa Ter 80 1600 Sanlanella Ter 80 1 GAS 1530Santanella Ter 35 50 10 1430S.Mane1la Ter 8 1312 Sanlanella Ter 1 60 1519 Santanella Ter 16 1525 Santenella Ter 20 1515 Serenade Ter 80 1 1531 Serenade Ter 46 15 1 GAS 1543 Serenade Ter 32 1 GAS 1536 Serenade Ter 20 100 1530 Serenade Ter 20 1442 Serenade Ter 100 1 1430 Serenade Ter 20 1 GAS 1400 Serenade Ter 24 1427 Serenade Ter 32 32 1437 Serenade Ter 20 729 Santer Or 20 1 724 Santana Or 10 525 EI Paseo Dr 40 1 1550 Bayside Or on EI Paaeo Dr 75 1 a/a EI Paseo Or at Beyside Or 150 23122329 Bayside OR 150 PLACE 18" CURB ABOVE EX. CURB 1115 to 1131 Ccaan Front 2500 'Femleaf Ave amp 5000 STREET REPAIRS WORK SCHEDULE