HomeMy WebLinkAboutC-6274 - Grand Canal Sand Maintenance ProjectJanuary 12, 2017
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd.
Attn: Fouad Houalla
2610 Avon Street
Newport Beach, CA 92663
Subject: Grand Canal Emergency Sand Maintenance Project — C-6274
Dear Mr. Houalla:
On January 12, 2016, 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 January
21, 2016 Reference No. 2016000028266. The Surety for the contract is American
Contractors Indemnity Company and the bond number is 1000897666. Enclosed is
the Faithful Performance Bond.
Sincerely,
# 4., 04p-
Leilani I. Brown, MMC
City Clerk
Enclosure
rremium: $4,987.00
Executed in Duplicate
Premium is for Contract Term and is subject to
EXHIBIT B adjustment based on the Final Contract Price
CITY OF NEWPORT BEACH
BOND NO. 1000897666
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 4,967.00 being at the
rate of $ 23.50 (, First $100K. $18.00 Thereafter thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
Metro Builders a Engineers Group, Ltd. hereinafter designated as the "Principal," a contract for. the work
required for the completion of this contract consisting of: (1) distribute construction
notices; (2) protect in place all existing improvements, utilities, and boat platforms; (3)
remove and dispose of incidental debris from the existing seawall embankments along
both sides of the Grand Canal within the limits of work; (4) transport and place imported
sand; (5) protect in place all eelgrass within the Grand Canal; and (6) complete other
incidental items of work as needed, 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 American Contractors Indemnity Company
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Two Hundred Forty-six Thousand Five Hundred Dollars and oo MOO ( $246,500.00 ) lawful money of the United
States of America, said sum being equal to 100% of the estimated amount of the
Contract, to be paid to the City of Newport Beach, its successors, and assigns; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to
indemnify, defend, and save harmless the City of Newport Beach, its officers,
employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this
obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
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 18th day of SeptemV ,205.
Metro Builders 8 Engineers Group, Ltd.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 South Figueroa Street, 161h Floor
Los Angeles, CA 90017
Address of Surety
(714) 740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICI
By: (('r-)(
Aaron C. CAM o9lz2417
City Attorney
Signature
Jase Hamilton, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
l�Ilillllll
OFATT Ih illp�iu�Vlfii lill'illlill
�Ih1Il110I'llIlmi, --
AMERICANCONTRACTORSINDEMNITY COMPANY :TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY ' U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL ISN BY THESE PRESENTS. at Oterican Contractors Indemmt�ott ny, a California corporation exas
r i an assumed n d ctors Indemul _ ates Surety Cog
aboi Specialty In II II Ice it I 1piJI I, corporation l tl-11=h = ies") do by s l
tu�d�ppomt: Vu - -
Jeffrey W. Cavignae, James P. Schabarum II, Jase Hamilton or Theresa Lou of San Diego California
its true antUawf d.Attomey(s)-in fact, each in thrarse to capacity if more than one bove, with full power and authol
stn --'ts name, place ti l e i knowled e an a ^la ds rec nt
_ &&i de riders a �n � �' s surety, __
m' I s or contr
��+� "a., "� 'h IIP,'lIIII 8 D0118ra
tys lot exceed Sftean Mill on
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, th"e President, airy Vice -President, any Assts Vice -President, any Secretaryor any Assistant Secretary shall be and is hereby vested :with full
'atic andmilillairl�tpoint any one or mq lq le as (iey(s)-m-Fact to reprs nt miar alfofthe Company
�' li I �'�P.; � <.
- �� � iven full power a of and on beh f l amu.*eFEknowledge and My
o azances, contracts, agreements or in ° ''d outer conditional or obligatory unlaMrW imll"Eng any and all consents for o retained
percentages and/or final estimates on engineering and construction .contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such insnaments so executed by any such Attomey-in-Factshan be binding upon the Company as if signed by, the President and sealed and effected
by the Corporate Secretary.
Bei Re thedinhe signature of any authorized officeealte Company heretofore or be;ft�'ll power of attorney or any certificating_
e� esttm -any power of attort��imde signature or t �e $I I binding upon the t�s[o=
which it is alfa I', 1 i I� ������.tm III
�N WITNESS WHEREOF, The Comptes cave caused this instrument to C I$ h el and their corporate seals to bIm6a fixed, this
1 st day of December, 2014
AMERICANCONTRACTORSINDEMNITYCOMPANY TEXAS BONDING COMPANY
COur=$cal UNITED STATES SIFRI iANY U.S SPECIALTY INSURANCE -COMPANY
Iliff
VIII
V x»now® a w o Ili : : 4a £. By�..
xi a t `ate �iF rq P' s Daniel P. Aguilar, Vice President
4q wuro uRN\0'3 W ,y y
N\P Mun un+W M1p,�aFl ,' 'zW n �j ,V,M
A t}gt 'c _ ter. officer completing this certifisMe veers only the identity of the i clivi kit hot ed the:
elm' -'s certificate is a I ess,accumcy,
yob eles SS: � - ppyl' 1V1611k.9111 i1tl1141 lilll""i'llllll
On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared
Contractors Indemnity Company, Texas Bonding Company; United States. Surety Company and U.S. Specialty .I
the basis of satisfactory evidence to be the person whose time i squbscribed to the a
is 1` and that by his si, th dl, a person, or the et
�II�II ii '1"'ili II �'i Ili �I'
-M� YOF PERJURII 11 4,1 iiol e'l to lof California that
MGM EN -M hand and official seal. �� villll' it t
Signature (Seal)
I hue€= haho-€son -
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of )ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
islare subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/hentheir authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person($) 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
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certifieate is
attached, and not the truthfulness, accuracy, or
validity of that document.
(seal)
State of California
County of San Diego )ss.
On September 18 .20 15 before me, Claire Owens
Notary Public, personally appeared Jase Hamilton
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/she/they executed the
same in his/herftheiF authorized capacity(ies), and that by his/her/their signatures* on the
instrument the person(s), or the entity upon behalf of which the person(&) 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. r.eat. CLAIREOwENs
COMM. #2039887
WITNESS my hand and official seal. ,� - WT^R+ PIIS C-CMIR1aWA
sAN DIEGO CouNW
l A /Lu�V t� tti l 1Ar commWomBons
wwwo
Signature (seal)
Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of ��YP.>rL►( Jl
fy
On Q I�
Date
personally appeared
CIVIL CODE 4 1 Ie9
SHELLY JEAN, IRVINE
Commission s 2018404
o Notary Public - California z
Orange County D -
My Comm. Expires Apr 7, 2017 r
Place Notary Seal Above
who proved to me on the basis of satisf cry
evidence to be the person
aj'whose nameX s/ re
subscribed t within instrument and ackrfowle ged
F���loQQQ me that he he/they executed the same in
er/their orized capacity(i and that by
Is er/their signatur5W on t e in the
person/, or the entity upon behalf of which the
personXacted, 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
Signatu
OPTIONAL
Though the information below is not required by law, it may
and could prevent fraudulent removal and reattac
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above: _
Capacity(fes) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
RIGHT THIiMBPRIN?
OF SIGNER
and official seal.
aald`,ly@Yape/sone relying on the document
of this form to another document.
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact
❑ Trustee
Guardian or Conservator
❑ Other:
Signer Is Representing
. -- -- -,anon.. n ..y nsscn:.aaon • natwnamorary.oM • 1 -WB -U5 NUTAHY (1-B00-876-6827) Item #5907
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani Brown, CMC
March 28, 2016
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd.
Attn: Fouad Houalla
2610 Avon Street
Newport Beach, CA 92663
Subject: Grand Canal Emergency Sand Maintenance Project - C-6274
Dear Mr. Houalla:
On January 12, 2016, 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
January 21, 2016, Reference No. 2016000028266. The Surety for the bond is
American Contractors Indemnity Company and the bond number is 1000897666.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
44� 4.
Leilani I. Brown, MMC
City Clerk
Enclosure
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov
Executed in Duplicate
Premium is included in the Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 1000897666
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Metro Builders a Engineers Group, Ltd. hereinafter designated as the "Principal," a contract for the work
required for the completion of this contract consisting of. (1) distribute construction
notices; (2) protect in place all existing improvements, utilities, and boat platforms; (3)
remove and dispose of incidental debris from the existing seawall embankments along
both sides of the Grand Canal within the limits of work; (4) transport and place imported
sand; (5) protect in place all eelgrass within the Grand Canal; and (6) complete other
incidental items of work as needed, 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,
American Contractors Indemnity Comoany 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
Two Hundred Forty-six Thousand Five Hundred Dollars and 00%100 ( $246,500.00 ) 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 attomeys' fee, to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
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 seg. 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 13th day of September —.20 15 .
Metro Builders & Engineers Group, Ltd.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 South Figueroa Street, 16th Floor
Los Angeles, CA 90017
Address of Surety
(714)740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S, OFFICE
0
Aaron C. Ri rp Uro o°Il
City Attorney
Authorized
Fouad Houalla,
Signature
IJase Hamilton, Attomey4n-Fad _
Print Name and Title
NOTARYACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Page A-2
Jill ),III h Ilhull
1
OF ATTQi
� �III�I�V p IIPIIu11�l1�'� �� iI IIID
ER VIII IVI VIII ��,hI
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KN#2W ice] BY THESE P SE TS:u pq t�lerican Contractors IRdsmnton�, a California cororahonas
>n assumed o j, II c 6' ctors Indemm�� i motes Surety CoIy�-�-
r r _ Specialty In
1 ' 111 11 exa .corporation I � _ dies"), do by �
con ti ute-and appoint: = --
Jeffrey W. Cavignac, James P.Schabarum1I, Jase Hamilton or Theresa Luu of San Diego California
--i s3twe w ttomey(s)-in-fact_sa�m e e capacity if moref114"
ne I ve, with full powerand azli ity
-�letn inti name, place=te _knowledge an�al Ia �ds, recognr� til[
terir i rrreR s or contra of tr rle riders, a ts, �,e" s of surety, ami
enn ty does not exceed *****fifteenMdlion**** 1 Dollars ($ 0$�OO.OIV* ),
This Power of Attorney shall expire without further action on December 20, 2017. This. Power of Attorney is: granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies
Be it ResaW th�"`_ President, any Vice -President, anto 1 cellPresident, any Secretary or any Assistant etary shall be and is hereby vested with full
> �t ipomt any one. of III t tbja� 4ey(s}in.Fact to re� alI of the Company t�h _i � � ven full ��q2,ey az y gi powernlliA nadie of and on beha �a te,�x knowledge and c
recognizances, contracts, agreements or indem and other conditional or obligatory untFia rings, including anyand all consents for 4WINFlease of retained
percentages and/or final estimates on engineering andconstruction contracts, and any and all notices and documents canceling or terminal the. Company's liability
thereunder, and any such instruments so executed by any such Attorney-m-Factshall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
— - _signature of any authorrzadafi-ic lie Company hcretofo t I power of attorney or an=�cati mg_
APZtwmTo c y power of attor; ile signature or pd 1 �1 binding upon the — itl>apti€
�'&MNrynqahnitg which it sanaduld
IIIGI i1 1!11 W S 11(1111 11
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED AT IIS. III CI ANY U.S. SPECIALTy�N'CE/MPANY.
w
�a av+e
fi m® m* wP � N )law 9 =3 131 1� g By—
t-, �£ y� ?� sr py s ^ F Daniel P. Aguilar, Vice President
N Ca4Fo-- I b *u d° * d
••wnwpu. M"° •Mm mn�
4A notaryWIRMc r officer compleh>i h rt ve_.only the identity of vi II � ed the
�ttto
certificate is a_ 1 _ ss, accuracy, o y tl d s
III 111111 I'I VIII II�III
Coul of Los Angeles SS. — II 111a
On this Ist day of December, 2014 before me Mann G Rodnguez Wong a notary, public personally .appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company Texas Bonding Company United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basissL tisfa€d evidence to be theperi In who a bscnbed to the within mstrumentand acknowledged to me that he executed the same in
Vi and that by his si I 1 t> s a Person, or the cmyKWW&hNdC6I%QiWftpcmn acted, execuggllbtdffnei_
ceiffi— Aril OF PER JUR Y' III
.Ilh 11 f Ilia III Illdl 16I' California that) ggi�g s e and correct
JITNESS my hand and official seal. FI ItM �1'
FAARiA G: ROORIGUEZ•IIONG
Commission 0 20497)1
Signature (Seal) Notary Public - California
e
10 11T
u
l�haeT Uhalekson,Assistant Secrete �ieriaaft1.ontractors Indemnity Co I I �; exas IdiniCompany, United Sta1N0§1FI1rffCmf04ny
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is atrue and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect. a
�t�,{
the seals of sa
- III d t�C�itks f Angeles, Cahfomt lis - a
ave hereon h
. I)I 1111 I
corporate Seals s�„IeN✓o�;•,,, ., rssua2•m x,.Ho�k�". ��`:o ,w,_ _
Bond No.
_�1g=enc X352
Michael Chalekson, Assistant Secretary
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their 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
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
(seal)
State of California
County of San Diego ) ss.
On September 18 20 15 before me, Claire Owens
Notary Public, personally appeared Jase Hamilton
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am
subscribed to the within instrument and acknowledged to me that he/sheAhey executed the
same in his/her/their authorized capacity(ies), and that by his/heri..,e'��'• signatures(s-) on the
instrument the person(a), or the entity upon behalf of which the personM 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.
iai.AlHF. OWFJV3
W%IITNESS my hand and official seal. a COMM. #2003M7
C
waram +�euo Cu�roerw
S" weucr+:cwNry
My Co mieeion � !
Signature �� vuousial.2W� (steal)
Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California 1
County of ®rr�no,e 1l
On ,Ii 1 before me,
Date l6
personally appeared l wit
CML CODE § 1189
who proved to me on the basis of satisf tory
evidence to be the person whose name Is re
subscribed to th within in rument and ack owed
me that a he/they executed the same in
Vrs�
er/their a orized c acity(ie and that by
SHELLY JEAN IRVINE er/their signaturn t e instrument the
Commission Y 2016404 n( or the en y upon behalf of which the
at Notary Public - California a person jacted, executed the instrument.
Z
=' , Orange county >
'r My Comm. Expires Apr 7, 2017
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my faQcljnd official seal.
Signature:
Place Notary Seal AOove
OPTIONAL
Though the information below is not required, law, it may proveva
and could prevent fraudulent removal and reattachment of
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual womm
❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Notary Public
b tp.¢ersW relytng on the document
form to another document.
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
® 2010 National Notary Association • NationalNotary.org • 1 -800 -US NOTARY (1-800.8766827) Item #5907
RECORDING REQUESTED BY AND
WHEN RECOfzb`Ed RETUKN'TO`.I
City Clerk
City of Newpor�Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
iII�IIIIIII�III��III��IIII�I���I�III�I�IIIIIIIIIIIII�IIIIII�IIIII11 NO FEE
*
$ R 0 0 0 8 1 0 3 6 2 8$*
2016000028266 3:15 pm 01/21/16
143 406 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 Houalla Enterprises Ltd. DBA Metro
Builders & Engineer Group, Ltd, Newport Beach, as Contractor, entered into a Contract
on September 22, 2015. Said Contract set forth certain improvements, as follows:
Grand Canal Emergency Sand Maintenance Project C-6274
Work on said Contract was completed, and was found to be acceptable on
January 12, 2016 by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is American Contractors Indemnity Company.
BY �P , s
1-4 Le
Public Works Director
City of Newport Beach
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. /
Executed on ��Y I �i �� at Newport Beach, California.
Fin
17
/A ;
4,tw UZ
Cl<I FO F��P
January 13, 2016
Orange County Recorder
P.O. Box 238
Santa Ana, CA 92702
CITY OF NEWPORT BEACH
CITY CLERK'S OFFICE
Leilani Brown, MMC
RE: Notice of Completion for the following projects:
• Grand Canal Emergency Sand Maintenance Project - Contract No. 6274
Please record the enclosed documents and return to the City Clerk's Office.
Thank you.
Sincerely,
L it i I. Brown MMC
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 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 Houalla Enterprises Ltd. DBA Metro
Builders & Engineer Group, Ltd, Newport Beach, as Contractor, entered into a Contract
on September 22, 2015. Said Contract set forth certain improvements, as follows:
Grand Canal Emergency Sand Maintenance Project C-6274
Work on said Contract was completed, and was found to be acceptable on
January 12, 2016 by the City Council. Title to said property is vested in the Owner and
the Surety for said Contract is American Contractors Indemnity Company.
BY
Public Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. r
Executed on �anu�cr� )3 at Newport Beach, California.
CITY CLERK
CITY OF NEWPORT BEACH
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 AM on the 16th day of September, 2015,
at which time such bids shall be opened and read for
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
$ 255,000.00
Engineer's Estimate
Approved by
Mark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and
Drawings by contacting
Santa Ana Blue Print at (949)756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification (s) required for this project. "A" or "C-12"
For further information, call Fong Tse, Project Manager at (949) 644-3321
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://www. ne wportbeachca. goy/government/open-transparentlonline-services/bids-
rfps-vendor-re oistra tion
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
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
LABOR AND MATERIALS PAYMENT BOND.......................................................A-1
FAITHFUL PERFORMANCE BOND..................................................................... B-1
INSURANCE REQUIREMENTS...........................................................................0-1
PROPOSAL...............................................................................................................PR-1
SPECIAL PROVISIONS............................................................................................SP-1
2
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price)
may be received in lieu of the BIDDER'S BOND. The title of the project and the words `Sealed
Bid" shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570. The successful bidder's security shall be held until the Contract is executed.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
Irregularity or informality In such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
3
B. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703-4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code — including, but not limited to, the requirement to pay prevailing wage
rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by
the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public
Contracts Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
13. 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.
597589 A, B, C-10
Contractor's License No. & Classification
1000002925 06/30/16
DIR Reference Number & Expiration Date
Metro Builder Engineers Group, Ltd,
Bidder
A orized Signature/Title
September 11, 2015
Date
4
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount Bid
Dollars ($ 10% of Total Amount Bid), to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of
GRAND CANAL_ SAND MAINTENANCE PROJECT, Contract No. 6274 in the City of Newport
Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract
is awarded to the Principal, and the Principal fails to execute the Contract Documents in the
form(s) prescribed, including the required bonds, and original insurance certificates and
endorsements for the construction of the project within thirty (30) calendar days after the date of
the mailing of "Notification of Award", otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual,
it is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations under this Bond.
Witness our hands this 11th day of September 015.
Metro Builders & Engineers Group, Ltd.
Name of Contractor (Principal) Authorized S' nature/Title Fouad Houalla, President
American Contractors Indemnity Company
Name of Surety
601 South Figueroa Street, 16th Floor
Los Angeles, CA 90017
Address of Surety
(714)740-7000
Telephone
thori`zed Agent Signature
Theresa Luu, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & SuretV must be attached)
-POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint: -
Jeffrey W. Cavignae, James P. Schabarum II, Jose Hamilton or Theresa Lunt of San Diego California
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place_and stead, to execute, acknowledge and deliver any and all bonds, recognizances, uudertak�gs
or other instruments or contras of suretyship to include riders, amendments, and consents of surety, providing the. bond
penalty does not exceed - -_ *****fifteen Million***** Dollars ($ *,000,000.00** ),
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to repress and act for and on behalf of the Company subject to the following
prarrsrons: _
Armrney-in-Fact may be given full power and authority for and in the time of and on behalfrrfthe Company, h> execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal - Me Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate bearmg imile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached. - _
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
soft S'µpiNG
per-• q,� xRE 61 G:. .p`gp C`O 'qy'q i
M `0 og Q: 3x aye 6 y'.
it Y a a pie Daniel— P. Aguita�r, Vice President
p'•yp11fb0.M•Pnoe 5n»uy*, ''ii'9TeOFtE�P"�a`- .-•>�•
A notary public or other officer completing this,certifrcate vcii only the identity of the individual who signed the
document to which this certificate is attached aril not the it Milriess, accuracy, or validity of that document.
State of California
County of Los Angeles SS:
On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in
6is;anthwazed capacity, and that by his signature on the instrument the person, or the entitysPon behalfat which the person acted, executed the instrument.
I oci tify under PENALTY OF PERJURY under the laws of the State of California thar4he foregoing paragraph is true and correct.
-- WITNESS my hand and official seal. - -
MARIA G. RODRIGUEZ40"
Commission N 2019772
Signature _(Seal) `Z Notary Public - California i
Z Los Angeles County
Comm. Ea Ira Dec 20,2027
I, Michael Chalekson, Assistant SecretaryofAmerieaatontractors Indemnity Company, Texas Bonding Company, United States Surety Company
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day
of SEP 9 9 - 9I11F
CorporateSeals "' °
flNtRACi'Ogy 3ii9.511Rf'.'�4 r.NQ C..
iva; ' •ko'- .-sur:, , r'. :'- yoi o N ,m! ..._�....5".
m
er: _
e <.. aPr' + � s
>`
Bond No. _ Michael Chalekson, Assistant Secretary
Agency No. 2352
NI
CALIFORNIA ALL- PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity'
of the individual who signed the document to which this certificate is attached,
and not the truthfulness, accuracy, or validity of that document.
State of Cali-GYyt 10;- }
County of s 1.'1 CLQ C }
Ongt) 11' 15 before me,C IGt I Vr Q(tll vvtc , rt�i) cI pUia); t ,
ere r wi 3 e orfrc p{ mer
personally appeared —The r-e&r,, L t_,y
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(&) Is re subscribed to the within instrument and acknowledged to me that
he/ Tie they executed the same in hi hs�e their authorized capacity(ies), and that by
his their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(&-) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal. CLAIRE OWENS
COMM. #2039887
WTARY PUBUf CAUFORtNA
BAN DIEGO COUNTY
U my Commission Expires
Qtgry Pry Puublic Signature (Notary Public A@ll AUGUST 31, 2017 Wj
OF THE ATTACHED DOCUMENT
(Title ardesaiption of atlached document)
of Pages _ Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
❑ Attomey-in-Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current Cal fornix stares regarding notary wording and,
tfneeded, should be completed and attached to the document Acknowledgments
from other states may be completedfor documents beingsent to that state so long
as the wording does not require the Cal fornia notary to violate Col fornia notary
law.
• State and County information must be the State and County where the document
signer(s) pcssooally appeared before the notary public for acknowledgment.
• Date of noter Ation must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name a, it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarfation.
• Indicate the correct singular or plural forms by crossing off incorrect fors (i.e.
hecshelthe); is /ars ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines, if seal impression smudges, reseal if a
sufficient area permits, otherwise complete a different acknowledgment for.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
t Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a ditTerent document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this docmnent to the signed docmnent with a staple.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL
CODE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of Californi
County of �r2 "'"' "
On�,O-m
Date
personally appeared
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
SHELLY JEAN IRVINE
'-� Commission #.2018404
i�;; w - ,y Notary Public - Califofnia i
Z -.;`"' p_ ! Orange County s
My comm. Expires Apr 7, 2017'
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS mv/fi$nd and
Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
✓G<VG'e/ .`i'ti.-�ti4'iv1� ✓4�v .vi -a 'uTITT
02014 •nal Notary Associationwww.NationalNotary.orga :11 •TARY (1-800-876-6827) Item#591
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in excess of
one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents
that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors have
been used in formulating the bid for the project and that these subcontractors will be used subject to the
approval of the Engineer and in accordance with State law. No changes may be made in these
subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.)
Subcontractors Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:
Address:
Iv hil
Phone:
State License Number.
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number.
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number.
DIR Reference:
Email Address
Metro Builders & Engineers Group, Ltd. President
Bidder Authori ed Signature/Title
8
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Metro Builders & Engineers Group, Ltd.
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 (See attached)
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
W
See attached
No. 2
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
To:
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
�-A
No. 3
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
10
See attached
No. 4
Project Name/Number
Project Description
Approximate Construction Dates; From To:_
Agency Name
Contact Person Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N
No. 5
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
T
Telephone ( )
Original Contract Amount $ Final Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
See attached
No. 6
Project Name/Number
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person
Telephone (
Original Contract Amount $ Final Contract Amount
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessaryA( �a at"
Attach to this Bid the experience resume of the person who will be designated as
General Con truction Superintendent or on-site Construction Manager for the
Contractor.VS(k Vkst
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of theontractor's current financial
conditions.
Metro Builders & Engineers Group, Ltd.
Bidder
12
President
List of References
Tse, Fong
City of Newport Beach
Project Manager
FTSE@newportbeachca.gov
(949) 644-3321
Meghan Aldrich, P.E.
City of Los Angeles - Bureau of Engineering I Department of Public Works
Civil Engineer- Project Manager
meghan.aldrich@lacity.org
(213)847-4713
Jon Haskett
City of Los Angeles
Senior Civil Engineer - Wastewater Conveyance Construction Division
jon.haskett@lacity.org
(626) 755-5410
Arsen Voskerchyan
City of Los Angeles
Civil Engineer - Project Manager
arsen.voskerchyan@lacity.org
(213)847-4756
And! Wang
Metropolitan Transportation Authority
Director of Capital Project, Transit Project Delivery
WangA@metro.net
(213) 922-4722
Tom Lee
Metropolitan Transportation Authority
Project Manager
leet@metro.net
(213) 922-7284
Denise Longley
Metropolitan Transportation Authority
Director of Construction
longleyd@metro.net
(213)922-7294
Ajith Perris
Metropolitan Transportation Authority
Civil Engineer/Resident
peirisa@metro.net
(213) 922-4771
Scott McConnell
Metropolitan Transportation Authority
Construction Manager
McConne[IS@metro.net
(213) 312-3116
Matthew Sinacori
City of Dana Point
City Engineer
msinacori@DanaPoint.org
(949) 248-3574
Ron Birkhead
State of California
Director Public Works
rbirk@parks.ca.gov
(916)284-9648
Joe DeMello
Metropolitan Transportation Authority
Construction Manager
demelloj@metro.net
(213)842-9662
Kelli Tunnicliff
City of Anaheim
Head of Inspection
Ktunnicliff anaheim.net
714-765-5176 X:4922
Completed Projects Metro Builders and Engineers Group Ltd.
2610 Avon Street, suite A
Newport Beach, CA 92663
(949) 515-4350 Tel, (949) 515-4351 FAX
Owner:
City of Los Angeles - Bureau of Engineering
Contact:
Jon M. Haskett
Phone Number:
(213) 485-5864
Project:
Air Treatment Facility - ECIS - Mission & Jesse
Location:
651 Mission Rd, Los Angeles, CA
Contract Value:
$16,983,044.05
Description:
Construction of Air Treatment Facility -- 25' deep shoring, concrete basement,
pumping equipment, sewer odor control equipment, electrical and instrumentation.
% Done By Metro:
75 %
Completion Date:
7/31/2015
Owner:
City of Los Angeles - Bureau of Engineering
Contact:
Meghan Aldrich
Phone Number:
(213)847-4713
Project:
Rainforest of the Americas - LA Zoo
Location:
LA Zoo, 5333 Zoo Drive, Los Angeles, CA 90027
Contract Value:
$16,844,759.00
Description:
Construction of several buildings, retaining walls, exhibits, animal cages, life support
systems, mechanical, and electrical systems at the LA Zoo.
% Done By Metro:
35 %
Completion Date:
3/26/2015
Owner:
Metropolitan Transportation Authority
Contact:
Scott McConnell
Phone Number:
(213) 312-3116
Project:
C1048 Westside Subway Advanced Utility Relocations
Location:
Wilshire Blvd near La Brea Ave, Los Angeles, CA
Contract Value:
$8,420,916.00
Description:
Advanced Utility Relocations for future subway construction. Relocates domestic
water service lines and electrical power duct banks within city streets.
% Done By Metro:
85 %
Completion Date:
10/27/2014
Owner:
City of Huntington Beach
Contact:
Safa Kamangar
Phone Number:
(949) 585-0477
Project:
Algonquin Sewer Lift Station
Location:
Algonquin St & Pearce Dr, Huntington Beach, CA
Contract Value:
$2,357,951.00
Description:
Replacement of existing sewer lift station with new sewer lift station located in the
street. Replacement of sewer force main at multiple locations.
% Done By Metro:
85 %
Completion Date:
6/26/2014
Completed and In -Progress Projects
Metro Builders And engineers Group Ltd.
Page 1 of 2
9/11/2015
Owner:
Metropolitan Transportation Authority
Contact:
Thomas Lee
Phone Number:
(213)922-7284
Project:
MRL Union Station West Entrance Skylight
Location:
Union Station, Los Angeles, CA
Contract Value:
$410,000.00
Description:
Modifications to existing skylight structure to add ventilation to Metro Red Line
Subway Entrance. Includes removal and reinstallation of skylight, modifications to
fire sprinkler system, modifications to structural supports, and installation of new
% Done By Metro:
louvers.
% Done By Metro:
85 %
Completion Date:
5/5/2014
Owner:
Sanitation Districts of Los Angeles County
Contact:
Jennifer James
Phone Number:
(562)699-7411
Project:
JWPCP Dewatering Facility
Location:
24501 S Figueroa St, Carson, CA
Contract Value:
$10,576,162.00
Description:
Construction of dewatering facility, including concrete wet well, masonry building,
equipment installation, electrical and instrumentation, utility relocations, site asphalt,
and other site improvements
% Done By Metro:
75 %
Completion Date:
9/18/2013
..............................................
Completed and In -Progress Projects
Metro Builders And engineers Group Ltd.
Page 2 of 2
9/11/2015
CitV of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
NON -COLLUSION AFFIDAVIT
State of California )
ss.
County of Orange )
Fouad Houalla being first duly sworn, deposes and says that he or she is
President of Metro Builders & Engineers Group Ltd. , 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 Caliibmia that the foregoing is true and correct.
Metro Builders & Engineers Group, Ltd,
Bidder
President
Subscribed and sworn to (or affirmed) before mebn this 11th day of September , 2015
by Fouad Houalla , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
( Shelly Jean Irvine
of P i
SHELLY JEAN IRVINE
Commission 8 2018404
IS i.,ri" Notary Public - California i April 7, 2017
_" yf Orange County n My Commission Expires:
My Comm Expires Apr 7, 2017
13
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
DESIGNATION OF SURETIES
Bidders name Metro Builders & Engineers Group, Ltd.
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):
Broker:
Jase Hamilton, Cavignac & Associates
619-744-0568 450 B Street 18th Floor, San Diego, CA 92101
Surety:
American Contractors Imdemnity
601 South Figueroa Street 16th Floor
Los Angeles, CA 90017
14
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name Metro Builders & Engineers Group, Ltd.
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.
161
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2014
2013
2012
2011
2010
Total
2015
No. of contracts
1
4
4
1
4
2
16
Total dollar
Amount of
Contracts (in
17,000,000
23,000,000
26,000,000
15,000,000
15,500,000
10,000,000
106,500,000
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
2
1
0
0
1
4
No. of lost
workday cases
involving
permanent
0
0
0
0
0
0
0
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.
161
Houalla Enterprises DBA
Metro Builders & Engineers Group, Ltd.
Legal Business Name of Bidder
Business Address: 2610 Avon Street Newport Beach, CA 92663
Business Tel. No.: 949-515-4350
State Contractor's License No. and 597589 A,B, C-10
Classification:
Title Qres;deni-
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 limitati
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the 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 ATTACHEDI
16
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE
l`L.a �e,a¢ a .aLaL/"s�Y�<Gft/s�C �Ga .aC:..a .a✓a .aeCs>taGa ,a2.a•_aY3f .a .aC at(aUiiC.atx�C �L �¢ �� �¢.at.aMa� s�G
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of CaliforniE�r )
County of )
On owo,yIU'before me, 11YUU�1/UUUIV,(1 C.r'Vu
Date Hen: I rt Name and Tifle oft Officer
personally appeared
Names) of Signer(s)
who proved to me on the basis of satisfactory evidence to be tl7e personWwhose nam K Is re
scribed to the within instrument and acknoVpdged to me thatLl(she/they executed the same in
i er/their authorized capacity(Xi , and that b his/her/their signaturWon the instrument the persox,,
or the entity upon behalf of which the persoW acted, executed the instrument.
SHELLY JEAN IRVINE
Commission M 2018404
Notary Public - California z
Orange County
My Comm. Expires Apr 7, 2017
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS my Orapd and official
of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
El Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
•✓4'�/4'd '✓SL/.Lv v `u4\�'.✓•+/4'�'G'✓'+/<'v'v4.Y�.a����{`v,SV�.4(ai✓�ti."✓GVS'✓S'uG-a ✓SL,S\''�.��t✓S•
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
ACKNOWLEDGEMENT OF ADDENDA
Bidders name Metro Builders & Engineers Group, Ltd.
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
09/14/2015
17
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
GRAND CANAL SAND MAINTENANCE PROJECT
CONTRACT NO. 6274
I
DATE: September 11, 2015 BY: ���/�4
City Engineer
TO: ALL PLANHOLDERS
The following changes, additions, deletions, or clarifications shall be made to the contract
documents — all other conditions shall remain the same.
CHANGED:
6-7 TIME OF COMPLETION.
6-7.1 General. Add to this Section, "All contract work shall be completed within sixteen
(16) consecutive working days ..."
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not
be considered unless this signed Addendum No. 1 is attached.
1 have carefully examined this Addendum and have
included full payment in my Proposal.
Metro Builders & Engineers Group, Ltd.
Bidder's Name (Please tnt)
September 14, 2015
Date
Houalla, President
Authorized Siqnature & Title
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation: Metro Builders & Engineers Group, Ltd.
Business Address: 2610 Avon Street Newport Beach, California 92663
Telephone and Fax Number: 949-515-4350; 949-515-4351
California State Contractors License No. and Class: 597589 A, B, C-10
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 07/03/1990 Expiration Date: 7/3112016
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:
Fouad Houlla, President
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title Address Telephone
Fouad Houalla President 2610 Avon Street Newport Beach, California 92663 949-515-4350
Corporation organized under the laws of the State of California
iE
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
NIA
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
NIA
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;
City of Huntington Beach, Si ,!j� aKcur, ca9Gt� 5'2S• b1A -4
,2Cl�o h'�Ltin
rNurrtiinub-YiTaP*t, Ck 612XAI�'
Briefly summarize the parties' claims and defenses;
They would not go to mediation without a lawsuit filed. This was our only recourse. We do not plan on pursuing this in court.
Our intention is fort is to e resolved in mediation. This was a procedural step in their procedures to resolve compensable delays.
Have you ever had a contract terminated by the ownerlagency? If so, explain.
No.
Have you ever failed to complete a project? If so, explain.
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for labompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)? Ye< No
19
Are any claims or actions unresolved or outstanding? es No
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.
Fouad Houlla
of Owner or President
of Cd
Metro Builders & Engineers Group, Ltd. President
Bidder AiAhorized Sianature/Titk
Title
September 15, 2015
Date
On September 15, 2015 before me, Shelly Jean Irvine , Notary Public, personally
appeared Fouad Houalla , who proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal
SHELLY JEAN IRVINE
California �) Commission M 2018404
Notary Public - California
Notary Public in an f r aid t z •h, y
"t Orange County
4 Comm. Expires Apr 7, 2017
My Commission Expires: April 7, 2017
KA
City of Newport Beach
GRAND CANAL SAND MAINTENANCE PROJECT
Contract No. 6274
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract
Documents. Bidders are advised to review their content with bonding, insuring and legal agents
prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as
required by the Contract documents and delivered to the Public Works Department within
ten (10) working days after the date shown on the Notification of Award to the successful
bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specked in the Standard Specifications for Public Works Construction, except as modified by
the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on
the insurance company's forms, fully executed and delivered with the Contract. The Notice to
Proceed will not be issued until all contract documents have been received and approved by the
City.
21
JULIO A. VELASCO
1345 S. PARTON ST. • SANTA ANA, CA 92707 • PHONE (714) 315-4860
EMAIL: ]11L1OQMPTRORU]LDERS C0\1
WORK EXPERIENCE AND KNOWLEDGE
♦ November `03 — Present
Metro Builders & Engineers Group, Ltd,
Newport Beach, CA
January 113 — Present: Project Manager
Schedule development, review and control, constructability review, value engineering, evaluate bids
and recommend award, construction and contract administration, change orders and negotiations
activities, and claims mitigations. Coordination of activities included interfacing with clients as well as
architects, contractors, consultants, utility companies and public agencies. Preparation of Submittals,
RFI's, Change Orders, subcontracts, daily project reports, weekly safety meetings, Manage and oversee
entire project including project communication and project documentation, meetings with project
Owner and A/E, selecting of vendors and subcontractors, pay requests, closeouts and Assists Field
Superintendant and Field Foreman as necessary.
November '03 — December 112: Project Engineer/Project Coordinator Preparation of
Submittals, RFI's, Change Orders, subcontracts, daily project reports, weekly safety meetings, Manage
and oversee entire project including project communication and project documentation, meetings with
project Owner and A/E, selecting of vendors and subcontractors, pay requests, closeouts and Assists
Field Superintendant and Field Foreman as necessary.
November'03 — Present: Field Safety Officer
Oversee all Health and Safety aspects of company operations and the fitness and welfare of all
employees. This includes but is not limited to; ensuring optimal Safety and Injury prevention is
practiced at all times. Ensuring the use of all Personal Protective Equipment (PPE) including
respiratory and ear protection. Ensuring the safe operation of all motor vehicles, heavy and light
equipment and all tools. Cooperation with Human Resources Manager, investigating, completing and
forwarding of all reports regarding company personnel. This also includes preparing of all Reports
and Records. Immediate intervention of employees when improper safety procedures are noted.
Record all event of this nature and keep records of each employee. Assisting Project Superintendents
with all aspects of Company Safety Program. This includes but is not limited to; Weekly job Specific
Tool Box Meetings, job Hazard Analysis's and all components of planning, communication and
coordination.
PROFESSIONAL EXPERIENCE
2007 -Present Metro Builders & Engineers Group, Ltd. Newport Beach, CA
Project Manager
■ Algonquin Sewer Lift Station
■ MTA Division 9 Fire Protection System
■ Pacoima Dam Hoist and Operator House for Cableway
• joint Water Pollution Control Plant - Dewatering Facility Modifications
• MTA Red Line Civic Center Station Escalator Replacement
• City of Newport Beach - Waste Water Pump Station Rehabilitation
• Baldwin Hills Scenic Overlook, Culver City, CA
2002- 2007 Metro Builders & Engineers Group, Ltd. Newport Beach, CA
Project Coordinator
• Downtown Anaheim Fountain
• Air Treatment Facility ECIS - La Cienega and Jefferson
■ Laguna Beach Public Parking and Corporation Yard
• Police Facility Lobby Renovation
. New Bus Washes at Div 5, 7, 10, & 18
• V WRF Odor Control Project, Ventura, CA
• James & Rosemary Nix Nature Center at Laguna Coast Wilderness Park
■ Crystal Cove State Park -Phase I
• Salt Creek Ozone Treatment Facility, Dana Point, CA
■ Roger D. Teagarden Ion Exchange Water Treatment Plant, Mira Loma, CA
• Torrance Beach Renovations, Torrance, CA
SUMMARY OF QUALIFICATIONS
Overall experience in specific tasks are as follows:
6 Years, Project Manager
5 Years, Project Coordinator
5 Years, AutoCAD Draftsman
EDUCATION, CERTIFICATIONS AND LICENSES
• Associates Degree in CADD Technology - ITT Tech Institute — Nov. 1997
. OSHA 10 — Dec. 14, 2007
■ Contractor State Lic. (# 928807) — Feb. 18, 2009
■ Focus Four Hazards in Construction —Jan. 11, 2011
• Construction Health & Safety Technician (CHST) — Board of Certified Safety Professionals (BCSP) —
Mar. 24, 2011
. HAZWOPER Training Certification — Oct. 1, 2012
. Fust Aid & CPR Training Course — Feb. 16, 2013
• Confined Space — Entry Supervisor, Entrant, Attendant — Feb. 16, 2013
U.S. Department of Labor
Occupational Safety & Health Administration 1t\\
ClOrti,ficate of CompleAlon
This certifies that Julio Velasco has successfully completed the curriculum for OSHA 10
HOUR COURSE FOR THE CONSTUCTIONINDUSTRY
December 14, 2007
Signature of Trainer
Signature of Student
C( YI iX.11aM. aces
INSVR NCE d80[6R5
Imine Nu.0A�n0
OSHA 10-lim.
Cuns'rnoCrn:x. Iwn vxr
7L�+cnnu� anrlAs'nin �iili if���
H,n a . �.E: us coMxlal+v Txe OS11A W -1111;A Qxrne;
i'Eln' NTLn
By STIAI NAKI'1M. (SAf
Stuart Nakutin, CSA, CSIT
Director of Claims and Lose Control
Julio Velasco
Print Name of Student
Certificate Of Completion
Julio A. Velasco
has attended an Occupational First Aid & CPR
Training Course
Presented By
0
Occupational Safety Training Systems
Chino, California
I0141
( {l� Instructor ID 1F
V • February 16, 2013
Issuer's Signature Class Date
Occupational Safety Training Systems
877.404.6787
.Into A. Velapro
has attended an Occupational
First Aid & CPR Training
2/16/2015 Course
s.04 ----
Expiration Date Issuer's Signature
Instructor ID W 10141
-J1l_"Com Tmining"CPR&Finn Aid)—BBPpsrCCRTWl93
— Child& Ifdem — ABO
Tho lova) .s ifieolion..Wls-.liA Rrh inilinls orlMOauplioml
First AW&CPR Ixfmmor....uu dud
o.ST.S..Ix. Emptl. rlhs O.S.T.S.lommwmnimdwffldndm
nppmprum Ime sb.ve`rl e'gomw Ambmnn" for fmpanem
guukuses in flus pmgmm insime American Emewnry CaNlac Cam.
NGFATOS mud offer mumes ofNnfioml Commnus Guvldlms.
O.S.T.s., 1., (SA) 40446797
Quality Safety Consulting and Training Since 1990
Some of the services that we offer...
HAZMAT Certification CPR/First Aid
Confined Since Forklift Training
DOT/IATA/IMDG 10hr OSHA Construction
Safety Audit. Hygiene Services
Cal OSHA Compliance Assiatnnce
For other available services, go to www.ostsine.com
2301
Bradl
BOARD OF CERTIFIED SAFETY PROFESSIONALS Champ ign,IL Avenue
Champaign, IL 61821
P;+1217-359.9263
♦/��a � ST- ��CC,HST' jrCET F: 11 217-359-0055.
E: bcsp(dbcsp.org I W: bcsp.org
April 12, 2013
Julio Velasco
1345 S Parton Street
Santa Ana, CA 92707
RECEIPT OF PAYMENT
Order Date: December 19, 2012
Raid Date Payment Descnptlan Amount Paid
12119/2012 2013 CHST Annual Renewal Fee $120.00
:•,.. •
2301W. Bradley Avenue, Champaign, IL 618211 P: +1217-359-9263
To verify C—f atafae, Waft bccp.oV1-r#rma6ort_direcR ry.
Having met the applicable requirements defined by Its bylaws,
BCSP hereby authorizes the use of
Construction Health and Safety Technician (CHST)
to
Julio A Velasco
Expires on Certificate # Recertify by
12/31/2013 C2337 12/31/2018
SECRETARY
CHST Wallet Card 8 Receipt I V.2011.11.01.OA I BCSP FEIN: 37.8982724
o Certified Safety proj
Oand f Zoh //''
Upon the recommendation of the 4Ls'
Board of Certified Safety Professionals,
by virtue of the authority vested in it,
has conferred on
Julio A Velasco
the credential of
Construction Health and Safety Technician
and has granted the title as evidence of meeting the qualifications and passing
the required examination so long as this credential is not suspended or
revoked and is renewed annually and meets all recertification requirements.
OOpRD opC,F
A
VI&CHST°
0 0
QIP &d),3- `,
March 24, 2011
DATE ISSUED
C2337
CERTIFICATION NUMBER
BOARO RE GENT SIGNATURE
BOARDS ARV SIGNATURE
STATE OF CALIFORNIA
J i i:iii (C►
James Miller
Board Chair
Pursuant to Chapter 9 of Division 3 of the Business and Professions Code
and the Rules and Regulations of the Contrr< tors State t icense Board,
the Registrar of Contractors clots htrt by issue this license to:
JA VCO
License Number 928807
to engage in the business or act in the capacity of a contractor
in the following classificationts):
B - GENERAL BUILDING CONTRACTOR
Witness my hand and seal this day,
February 18, 2009
Issued February 17, 2009
11111 !u smn Is rhv Pn,xrt, of thr RPg,stgr of Contw to,,
,s ,ua transfiuraiNc, and ,hail be n+urnal to th,• R,%,war
upm 4rM d x1Mn wj• nded, o, Coked, a inwhdaial
lot arty rvj t.,. hf t"Mi"'nt.1 .1Il,tl'mgt IVI.
Stephen P. Sands
Registrar of Contractors
MGG N0:4v t9
This is to certify that:
julto A `VeCasco
Has successfully completed the
State Building and Construction Trades Council's
Focus on Safety
16 -Hour Train -the -Trainer Course
On Focus Four Hazards in Construction
January 26-27, 2011
Colton, California
t �sy�iox "qy�
1 it
{ !. Robert L. Balgenorth, President Deogracia Cornelia Associate Director of Education
State Building and Construction Trades University of California, Los Angeles
Council of California, AFL-CIO Labor Occupational Safety and Health Program
lit\l�\%J' 74 si .'�t A'F✓
PIS
Safety Dynamics Group
Enhansing sanitary. %ayrossrering sees .
Certificate of Completion
JULIO A. VELASCO
Has successfully mr pletee the required training as outlined In
Fed/OSHA 29 CFR, 1915.12, 1910.120,1200,151,132, 40 CFR
AM CaVOSHA Title 8 CCR, 1531, 5192, 1594 for
40 HOUR HAZWOPER GENERAL SITE WORKER
Date: 10/1/2012 Trainer ANDY ZEPEDA
Safety Dynamics Group
Enhancing safety. Empowering success.
HAZWOPER TRAINING
Certificate 20-05-4077
In accordance with the training requirements of
FED/OSHA 29 CFR 1J = '4, 1c rJ 120. 19'f, 1200,19!J 151, 1910.132, 40 CFR
ano CAL/OSHA Tile 5 CCR 1531, 5192. 5194
JULIO A. VELASCO
Successfully completed the requirement for
40 Hour HAZWOPER General Site Worker
Class Date: October 1, 2012 ' Inst-uctor. ANDY ZEPEDA
Sionam�e. Joann Brayney, President Ce:,Ns1e rate October 1 , 2012
Safety Dynamics Group, Inc. 4141 Norse Way, Long Beach CA 90808 (562) 425-4_
OO1-7O
" The Safety Compliance and Training Specialists"
Since 1983
TRAVELERS J�
Certificate of Attendance
Awarded To
Julio Velasco
For
Confined Space (4 hours)
Entry Supervisor, Entrant, Attendant
elG� / 4✓ —
Rich Swan February 13, 2013
CAMERON R. KOSBAB, EIT
111 %2 28" Street, Newport Beach, CA 92663 1 (949) 300-2515 1 cameron.kosbab@gmail.com
EXPERIENCE
Metro Builders & Engineers Group, Ltd. Newport Beach, CA
Union Station MRL West Entrance Skylight Ventilation — LA MTA Project Manager
• SCOPE: Design -Build project to add taller louvers to improve the ventilation in the western entrance into
the red line at Union Station.
• ROLE: Manage the construction schedule and budget by coordinating all construction activities. Organize
all subcontractors and in-house labor.
CONTRACT VALUE: $450,000
CONTRACT DURATION: January 2014 —May 2014
Metro Builders & Engineers Group, Ltd. Newport Beach, CA
Mission and Jesse Air Treatment Facility — City of Los Angeles Project Coordinator
• SCOPE: Construct a facility that will treat the foul air from the East Central Intercept Sewer running
through the City of Los Angeles.
• ROLE: Procure all materials, issue all necessary submittals and RFIs, and generate RFCOs while
maintaining the project schedule and meeting mandated milestones. Organize all subcontractor and in-
house project activities.
• CONTRACT VALUE: $14.9 Million
• CONTRACT DURATION: January 2013 — Current
City of Irvine, Public Works Department
Summer Intern
Irvine, CA
May 2009 — August 2009
• Designed and edited drawings using AutoCAD following specifications set by the city of Irvine.
• Aided engineers in revising and editing various GIS plans, including grading plans, tract plans, and parcel
maps.
• Inspected and photographed bike trails in the city of Irvine for modifications according to Southern
California Edison specifications in order to create new drawing proposals.
Architect Builder, Steven R Sloan Costa Mesa, CA
Extern January 5, 2010 — January 7, 2010
• Shadowed a private architect over a three-day period, experiencing his duties throughout the day.
• Sat in on a $20 million individual residential project development meeting.
• Aided with residential remodel ideas and provided on-site residential remodel assistance.
EDUCATION
University of California, Berkeley — Engineering Berkeley, CA
Bachelor of Science, Civil and Environmental Engineering August 2008 — May 2012
• Related Course Work: Mathematics, Physics, Sustainability, Statics, Geology, and Civil Engineering
(Materials, Concrete, Structures, Project Management, Traffic Modeling, Probability, Statistics, Fluids)
• Group Projects: Designing 30,000 sq. ft. building on UC Berkeley Campus site, Traffic Model for the
Caldecott Tunnel section of the CA -24 HWY using provided traffic data
University of Richmond Rome, Italy
American Institute for Foreign Study Spring 2011
• Semester immersion in Italian language and culture.
• Gained in depth and visual knowledge of Roman and Italian art history while obtaining course credits.
SKILLS & AFFILIATIONS
• Experience in MATLAB, Microsoft Office Suite, Microsoft Project, and AutoCAD
• Member of the American Society of Civil Engineers (ASCE)
• Certifications: OSHA 10 / Confined Space Entry Supervisor, Entrant, Attendant / CPR with AED /
Underground Service Alert Safety Awareness
MISC. EXPERIENCE
Alpha Tau Omega Fraternity, University of California Berkeley, CA
Recruitment Chair December 2009 — May 2012
• Manage $6000 budget to organize and plan 150 person events in order to attract prospective students in an
efficient and effective manner.
• Executive Board Member: manage the $30,000 budget and vote on pertinent measures.
Recreational Sports, University of California Berkeley, CA
Intramural Basketball and Volleyball Referee September 2008 — May 2012
• Supervise and officiate hour long intramural basketball and volleyball games weekly.
• Run 3 -hour long training seminars for newly hired referees.
Men's Club Volleyball, University of California Berkeley, CA
Student Athlete August 2008 — May 2012
• Practice four days a week for 2-4 hours each day.
• Participate in tournaments that can last up to 3 days and in 1-2 hour league play games in the Spring.
• Instructor at youth volleyball clinic for local club team and high school team.
AWARDS
• First Team All Tournament - USA Volleyball National Championships, 2012
• Most Valuable Player—Northern California Collegiate Volleyball League, 2009
REFERENCES
Sal Rodriguez
• Project Superintendent, Klewin Construction
• Phone: (323)229-2086
• Email: salvador4532@yahoo.com
Alan Ho
• Head Volleyball Coach, Woodbridge High School
• Phone: (949)466-6594
• Email: aho@iusd.org
Manuel Gomez
• Director of Public Works, The City of Irvine
• Phone: (949)724-7516
• Email: pw@ci.irvine.ca.us
Kris Keller
• Club Director, Vibe Volleyball Club
• Phone: (925) 300-6166
• Email: kris@vbvibe.com
GRAND CANAL EMERGENCY SAND MAINTENANCE PROJECT
CONTRACT NO. 6274
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 22nd
day of September, 2015 ("Effective Date"), by and between the CITY OF NEWPORT
BEACH, a California municipal corporation and charter city ("City"), and Houalla
Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd, a California corporation
("Contractor"), whose address is 2610 Avon Street, Newport Beach, California 92663,
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
required for the completion of this contract consists of: (1) distribute construction
notices; (2) protect in place all existing improvements, utilities, and boat
platforms; (3) remove and dispose of incidental debris from the existing seawall
embankments along both sides of the Grand Canal within the limits of work; (4)
transport and place imported sand; (5) protect in place all eelgrass within the
Grand Canal; and (6) complete other incidental items of work as needed
(`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. 6274, 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 Two Hundred Forty Six Thousand Five Hundred
Dollars and 001100 ($246,500.00).
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, including tsunamis,
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 Julio A. Velasco 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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd 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 et seq.).
7. WRITTEN NOTICE
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: Fouad Houalla
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd
2610 Avon Street
Newport Beach, CA 92663
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
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd 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.
9. BONDING
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
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Contractor on the Project.
11. PROGRESS
Contractor 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.
12. 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 or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd 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 Contract, the services to be provided
under this Contract 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 Contractor, or of the interest of any general partner or joint
venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture
or syndicate or co -tenancy, which shall result in changing the control of Contractor.
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
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of per diem
wages in the locality in which the work is to be performed for each craft, classification,
or type of workman or mechanic needed to execute the contract. A copy of said
determination is available by calling the prevailing wage hotline number (415) 703-4774,
and requesting one from the Department of Industrial Relations. All parties to this
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.
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
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
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 Contractor's performance of the Work required
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page 5
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.
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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page 6
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
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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page 7
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
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, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page 8
2 0. 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. 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.
23. 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]
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd 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 ATTORNEY'S OFFICE
Date: 9// rr / 5-
By:'416T�—C 4 (j
Aaron C'Hirp okm oglitalif
City Attorney
ATTEST: 15
Date:
CITY OF NEWPORT BEACH,
a Califon rgunicipal corporation
Edward D.
Mayor
CONTRACTOR: Houalla Enterprises Ltd.
DBA Metro Builders & Engineers Group,
Ltd, a California c(>rporation
By: 4uz ) M — By:
Leilani I. Brown Fouad
City Clerk Presid
[END OF SIGNATURES]
ualla
and Secretary
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B - Faithful Performance Bond
Exhibit C — Insurance Requirements
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page 10
Executed in Duplicate
Premium is included in the Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. 1000897666
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
Metro Builders & Engineers Group, Ltd. hereinafter designated as the "Principal," a contract for: the work
required for the completion of this contract consisting of: (1) distribute construction
notices; (2) protect in place all existing improvements, utilities, and boat platforms; (3)
remove and dispose of incidental debris from the existing seawall embankments along
both sides of the Grand Canal within the limits of work; (4) transport and place imported
sand; (5) protect in place all eelgrass within the Grand Canal; and (6) complete other
incidental items of work as needed, 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,
American Contractors Indemnity 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
Two Hundred Forty4xThousand Five Hundred Dollars and 00/100 ( $246,500.00 ) 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.
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 lath day of September —,20 15 .
Metro Builders & Engineers Group, Ltd.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 South Figueroa Street, 16th Floor
Los Angeles, CA 90017
Address of Surety
(714) 740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
LIM
Aaron C. Harp UM o01
City Attorney
Authorized
Fouad Houalla,
Signature
"Jase Hamilton, Attorney -in -Fact
Print Name and Title
NOTARYACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Page A-2
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding Company; an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the' -Companies"), do by these presents make,
constitute and appoint:
Jeffrey W. Cavignac, James P. Schabarum II, Jose Hamilton or Theresa Lan of San Diego California
its true and lawful Attomey(s)-in-factteach in heir separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place. -and stead,to exceatte, acknowledge and deliver any and all bonds, recognizanms, undertakings
or other instruments or contras ofsuretysh to include riders, amendments, and consents of surety, providing the, bond
penalty does not exceed *****fifteen Million***** Dollars ($—!!11,000,000-_00** ),
This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it ResolvaA that the President, any Vice -President, any Assistant Vice -President any Secretary or any Assistant Secretary shall be and is hereby vested with full
-power and aidWrity, to appoint any one or more suitable persons as Attorney(s)-in-Fact to repressor. and act for and an behalf of the Company subject to the following
provisions:
Attorney-in=Fact may be given full power and authority for and in the name of and on behal-ftf the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolver, that the signature of any authorized officerVal seal ofihe Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney orcerhfiQuic bearing P2eNimile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached � IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1 at day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
sya m
o,iv'�u�
u am 1r, S % ort
x' ,'ata "q r� a a. By
w a =
Daniel P. Aguilar, Vice President
01
'4rG(iFpRMpFC °s0 ... 14�',eNL` 9>FOFTE�P` '�'�,,.'. ..
A notary public or other officer completing this cerci- wwe vert only the identity of the individual who signed the
documcnt to which this certificate is attaclrlA and act the to as, accuracy, or validity of that document.
State of California
County of Los Angeles SS
On this Ist day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared DanP. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis o€glgtisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in
his authm a isapacity, and that by his signature on the instrument the person, or the enthyupou behalf whirls the person acted, executed the instrument.
I certify Wider PENAE Y OF PERJURY under the laws of the State of California that the fore g paragirapli is true and correct.
WITNESS my hand and official seal. -
MARIA G. RODRIGUEZ-NIDNG
Commission • 2019771
Signature (Seal)i Notary Public � california z
Los AnOeles County
Comm. B Ir#s Dae 20, 2017+
I, Michael Chalekson , Assistant Secretory of American Cootractors Indemnity Company, Texas Bonding Company, United States: Surety Company -
and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
--In W}' � hgre ave hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day
Of
awl" 1 u ��
Corporate Sealsciv"�"", 3.msauge"Ta oa0Nouc0•,1. :°"acv
mi
i4P ,EFnIIY YY
Bond No.
Michael Chalekson, Assistant Secretary
?.., :err +Pg <
Agency No. 2352
9i,wx ea 'op 1`''•,,, *��+�
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ) ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose names)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
1 certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Diego )Ss.
On September 18 20 15 before me, Claire Owens
Notary Public, personally appeared Jase Hamilton
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/afe
subscribed to the within Instrument and acknowledged to me that he/""fir executed the
same in his/herAheir authorized capacity(les), and that by his/hef/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
Instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
r•.--AIRF. OWENS
WITNESS my hand and official seal. 4 comm. 0zo3�e�
+ " Horan MEGO COVIN arWl
Sans wetao uwnnv
My Commission Extras
Signature �w'U6us1 51.2017 I)
Page A-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of 0�1
On Ili before me,
Date
personally appeared t;,uII
CIVIL CODE § 1189
who proved to me on the asis of satisf tory
evidence to be the person whose name is re
subscribed to th within in rument and ack owle ged
me that a he/they executed the same in
his/ er/their a orized c�acity(i and that by
SHELLY JEAN IRVINE er/their signature(a'( on Me instrument the
commission r 2010404 z rson(�j! or the en It�ty upon behalf of which the
at_=o• Notary Public - California z persorV acted, executed the instrument.
z "�''" �' Orange County s
My Comm. Expires Apr 7, 2017 1 certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my I}atldAnd official seal.
Signature:
Place Notary Seal Above
OPTIONAL
Though the information below is not required bylaw, it may proveva
and could prevent fraudulent removal and reattachment of
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
e to*ersW relying on the document
form to another document.
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
P, 2010 National Notary Association • NationalNotary.org • 1 -800 -US NOTARY It -800-876-6827) Item 85907
Premium: $4,987.00
Executed in Duplicate Premium is for Contract Term and is subject to
EXHIBIT B adjustment based on the Final Contract Price
CITY OF NEWPORT BEACH
BOND NO. 1000897666
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 4,987.00 being at the
rate of $ 23.50 ) First $100K. $18.00 Thereafter thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
Metro Builders & Engineers Group, Ltd. hereinafter designated as the "Principal," a contract for: the work
required for the completion of this contract consisting of: (1) distribute construction
notices; (2) protect in place all existing improvements, utilities, and boat platforms; (3)
remove and dispose of incidental debris from the existing seawall embankments along
both sides of the Grand Canal within the limits of work; (4) transport and place imported
sand; (5) protect in place all eelgrass within the Grand Canal; and (6) complete other
incidental items of work as needed, 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 American Contractors Indemnity Company
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Two Hundred Forty-six Thousand Five Hundred Dollars and 00 /1OO ( $246.500.00 ) lawful money of the United
States of America, said sum being equal to 100% of the estimated amount of the
Contract, to be paid to the City of Newport Beach, its successors, and assigns; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to
indemnify, defend, and save harmless the City of Newport Beach, its officers,
employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this
obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
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 18th day of septemb 120 15 .
Metro Builders & Engineers Group, Ltd.
Name of Contractor (Principal)
American Contractors Indemnity Company
Name of Surety
601 South Figueroa Street, 16th Floor
Los Angeles, CA 90017
Address of Surety
(714)740-7000
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICI
By: AL�\ �- (F -r -I
Aaron C. Harp UM o9lzz1ii
City Attorney
'A'gent
Jase Hamilton, Attorney -in -Fact
Print Name and Title
NOTARYACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Page B-2
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL NIEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint: -
Jeffrey W. Cavignac, James P. Schabarum II, Jase Hamilton or Theresa Lou of San Diego California
its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to inclade riders, amendments, and consents of surety, providing the bond
penalty does not exceed _ *""fifteen Million***** Dollars (S **I 3;000;000.00** ),
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority tu_appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following
Provisions: =_
A#nmey- -tart maybe given full power and authority for and in the time of and on behaWvf die Company, taexecute; acknowledge and deliver, any and all bonds,
-%vecogaizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and my and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolved that the signature of any authorized officer and seal tn'the Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate bearing mile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
I at day of December, 2014.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
CorporateSeals--:. UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
BUgF, �a N�1Nc �a `\y\nsmtn.....
By -
ex
q3 ."' =y� ;:? ,� s `° Darnel P. ePresident
•p y4niFORN'1 oo• '-.,O'-.. 1t1-• to ",?soFtEy'p9c ....*1 .. mC�.�
nm�
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and out the truthfu!_ness, accuracy, or validity of that document.
State of California -
On this Ist day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on
the basis of satisfactory evidence to be the. person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in
his autharitiosapoft and that by his signature on the instrument the person, or the emty3 pon behalf ofwhich the person acted, executed the instrumant.
I cerh£ymrdir 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.
MARIA G. RODRIGUE2-WONG P
Si Commission 4i 2049771
gnstore (Seal) _ :�_� Notary Public - California i
Los Angeles County s
h Comm. Ea Ices Dec 20, 2017 J -
I, Michael Chalekson , Assistant Secretary of American Uoactois Indemnity Company, Texas Bonding Company, United Stats Surety Company
and U -S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by
said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in
full force and effect.
In Wi Whe
t I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this day
of
Corporate Seals
�ooanc:'8as ,
uRFTY
°°`° o c,N, I ice IINNN(
oto:
'r/lI
/D'Ii
Michael Chalekson, Assistant Secretary
Bond No.
Agency No.
2352 ?$i.
"°`„` °tea''
',�� ham`„
s'.
'sr 'py�.�- % ♦ `
;;Foci o°'`
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accura(y, or
validity of that document.
State of California
County of )SS.
On 1,20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their 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
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
(seal)
State of California
County of San Diego ) ss.
On September 18 20 15 before me, Claire Owens
Notary Public, personally appeared Jase Hamilton
proved to me on the basis of satisfactory evidence to be the person(s) whose names} islare
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/theiF authorized capacity(ies), and that by his/t•^',� mei signatures* on the
instrument the person(s), or the entity upon behalf of which the persons) 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.CLAIREOWENS
hand
d'
'
W
COMM. #2039867
NOTARY RKIC-CALIFORNIA
WITNESS my and official seal.
�o
SAN DIEGO COUNTY
My E�Irea
lv �y��
UGUS-Ts 1
AUGU97 37, 2017
Signature
(seal)
Page B-3
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
On Q vz I
Date
personally appeared
CML CODE § 1189
who proved to me on the basis of satisfa Cry
evidence to be the personXwhose nameyV4 s/ re
subscribed t^. within instrument and ackrfowle ged
In me that he he/they executed the same in
hi erltheir orized capacity(i and that by
Is er/their signature on t e Instrument the
SHELLY JEAN IRVINE personf4, or the ent7ty upon behalf of which the
Commission r 2018404 personXacted, executed the instrument.
a,�='a Notary Public - California z
z orange county = I certify under PENALTY OF PERJURY under the
My Comm. Expires Apr 7. 2017 laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my heAd and official seal.
Place Notary Seal Above
OPTIONAL
Though the information below is not required by law, it may
and could prevent fraudulent removal and reattac
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer —
❑ Individual WkEffln
❑ Partner — ❑ Limited [-]General Top of thumb here
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing
dYo-person6 relying on the document
form to another document.
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Individual
❑ Partner — ❑ Limited ❑ General Top of thumb here
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing
,e emu National nocary nssociaaon • Nanonalmtary.arg • c-5uo-us NUIANY (1-5013.515-5927) Item #5907
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 Employers
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.
If applicable, Contractor shall provide coverage for all its employees for
any injuries or claims under the U.S. Longshoremen's and Harbor
Workers' Compensation Act, the Jones Act or under laws, regulations, or
statutes applicable to maritime employees. By signing this contract,
Contractor acknowledges compliance with these regulations.
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
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page C-1
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a
business contract).
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. Contractor's 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 Contractor's 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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page C-2
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
(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 A 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
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd Page C-3
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
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.
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.
Houalla Enterprises Ltd. DBA Metro Builders & Engineers Group, Ltd 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: 9/21/15 Dept./Contact Received From: Raymund
Date Completed: 9/21/15 Sent to: Raymund By: Chris
Company/Person required to have certificate: Metro Builders & Engineers Group
Type of contract: All Others
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/14-11/1/15
A.
INSURANCE COMPANY: Travelers Property Casualty Company
of America
B.
AM BEST RATING (A-: VII or greater): A++:XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
N 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
N 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?
® 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 N No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
11. AUTOMOBILE
LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/14-11/1/15
A.
INSURANCE COMPANY: Travelers Property Casualty Company of America
B.
AM BEST RATING (A-: VII or greater) A++:XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N 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 N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes N No
H.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 11/1/14-11/1/15
A. INSURANCE COMPANY: Travelers Property Casualty Company of America
B. AM BEST RATING (A-: VII or greater): A++:XV
C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No
D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No
E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000
F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No
H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF N0, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
e
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
9/21/15
Date
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management Date
* Subject to the terms of the contract.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
GRAND CANAL SAND MAINTENANCE PROJCET
CONTRACT NO. 6274
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 6274 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
ITEM
QUANTITY
AND UNIT
ITEM DESCRIPTION AND UNIT UNIT
PRICE WRITTEN IN WORDS PRICE
TOTAL
PRICE
1.
Lump Sum
Mobilization and Demobilization
@ �,i�N �hyltt�iry�
Dollars
7
trz)
and
Cents
$ O 06
Per Lump Sum 4$0)06D ,0 p
2.
Lump Sum
Traffic Control
@ FjVt1 0anA
Dollars
and
Cents
$ 500006
Per Lump Sum i�55 000. oo
3.
Lump Sum
Remove and Dispose of Debris
@ -Two -Thdui—A
Dollars
and
7 -try
_Cents
$ '1000,00
Per Lump Sum #a,000.0&
4.
Lump Sum
Delineate Existing Eelgrass Bed
@ 1-.J0 -�dub'r<IA Avf, 64W— Dollars
and
�_�,�
TCI U Cents $ a�SUb.OD
Per Lump Sum 6D)5_0 p 0D
PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. 2,550 CY Place Sand
@ Si Dollars
and
7s2rD Cents $ 60.6b $ JfJ06 .06
Per Cubic Yard
6. Lump Sum Rough Grade Import Sand Source
@ Fow Thmand Dollars
and
3t-ro Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
1)
and ents
ktlrn(¢t✓
Date
Ngg)51=4-35; NL0061s-.�351
Bidder's Telephone and Fax Numbers
Vk b
E.
�Jvfl. rA,&4-1 o aIbrfi\tb✓i N,,
Bidder's License No(s). Bidder's Address
and Classification(s)
$ y,rx,o.va
Total Price (Figures)
Signature and Title
10
Bidder's email address:��u�dl . b c0m � tw,UI� Yb�(U IGL s • Dvn
Fouad R. Houalla
Curriculum Vitae
1988 -Present
President of Metro Builders and Engineers Group Ltd.
Manage and supervise construction operations. Our projects have ranged from
structural concrete projects such as concrete buildings, parking structures,
concrete bridges, to electro -mechanical projects, such as RO systems, and
telecommunications improvement to tenant improvement on major hotels such
as the Marriott, and engineering projects such as parks and site improvements,
underground utilities, and parking lots.
1986-1988
Project Engineer and Project Manager at C&A Inc., Orange, California.
Project Engineer for a multi-million dollar office building and apartment
buildings. Duties included field supervision and quality control. Was later
promoted to Project Manager and duties included all aspects of operations as
well as contract administration.
1984-1986
Structural Engineer at Century Hill Engineering, Tustin, California.
Duties included complete structural design of medium rise buildings, and
seismic analysis of high rise buildings in downtown Los Angeles.
1984
Master of Science in Civil Engineering (UC Regents Fellow), UC Berkeley
(Construction Engineering & Management)
1983
Bachelor of Science in Civil Engineering (Magna Cum Laude), UC Irvine
(Structural Analysis & Design)
Resume - Fouad Houalla - QAQC Officer
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
GRAND CANAL SAND MAINTENANCE PROJECT
CONTRACT NO. 6274
INTRODUCTION
PART 1 ---GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK
1
2-6
WORK TO BE DONE
1
2-9
SURVEYING
1
2-9.3
Survey Service
1
SECTION 3
CHANGES IN WORK
2
3-3
EXTRA WORK
2
3-3.2
PAYMENT
2
3.3.2.3
Markup
2
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
2
OF THE WORK
6-1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
2
6-7
TIME OF COMPLETION
2
6-7.1
General
2
6-7.2
Working Days
3
6-7.4
Working Hours
3
6-9
LIQUIDATED DAMAGES
3
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
3
7-1
CONTRACTOR'S EQUIPMENT AND FACILITIES
3
7-5
LICENSES
3
7-8
PROJECT SITE MAINTENANCE
4
7-8.5
Temporary Light, Power and Water
4
7-8.6.2
Best Management Practices (BMPs)
4
7-9
PROTECTION AND RESTORATION OF
EXISTING IMPROVEMENTS
4
7-10
PUBLIC CONVENIENCE AND SAFETY
4
7-10.1
Traffic and Access
4
7-10.4
Safety
5
7-10.5
"No Parking" Signs
5
7-15
CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
5
SECTION 9
MEASUREMENT AND PAYMENT
9-1
MEASUREMENT OF QUANTITIES FOR UNIT
PRICE WORK
9-1.1
General
9-3
PAYMENT
9-3.1
General
9-3.2
Partial and Final Payment
SECTION 200
200-1
200-1.5
SECTION 316
316-1
LOCATION MAP
PART2 --- CONSTRUCTION MATERIALS
ROCK MATERIALS
ROCK PRODUCTS
Sand
PART 3 ---CONSTRUCTION METHODS
PLACEMENT OF IMPORTED SAND
GENERAL
DWG NO. H -5234-S (2 SHEETS)
MAP OF IMPORT SAND SOURCE
MAP OF APPROXIMATE EELGRASS PRESENCE (9/2015)
OCTOBER 2015 TIDE CHART
N
6
6
6
6
7
7
7
7
7
7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
GRAND CANAL SAND MAINTENANCE PROJECT
CONTRACT NO. 6274
INTRODUCTION
SP 1 of 8
All work necessary for the completion of this contract shall be done in accord with (1)
these Special Provisions; (2) the Plans H -5234-S; (3) the survey data compiled by
Coast Surveying; (4) the Eelgrass Map; (5) the City's current Standard Special
Provisions and Standard Drawings for Public Works Construction; (6) the current
Standard Specifications for Public Works Construction, including supplements; and
(7)the current edition of the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H.). Copies of the Standard Specifications may be purchased from Building
News, Inc.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated
hereinafter:
PART
GENERAL PROVISIONS
SECTION 2 ---SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE Add to this section, "The work required for the completion of
this contract consists of (1) distribute construction notices; (2) protect in place all
existing improvements, utilities, and boat platforms; (3) remove and dispose of
incidental debris from the existing seawall embankments along both sides of the Grand
Canal within the limits of work; (4) transport and place imported sand; (5) protect in
place all eelgrass within the Grand Canal, and (6) complete other incidental items of
work as needed."
2-9 SURVEYING
2-9.3 Survey Service Replace this Section with, "Construction surveying services
will be provided by the City."
SECTION 3 - CHANGES IN WORK
3.3 EXTRA WORK
3-3.2 Payment
SP2of8
3-3.2.3 Markup Replace this section with the following:
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, one (1)
percent shall be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be
applied to the Subcontractor's actual cost (prior to any markups) of such work. A
markup of 10 percent on the first $5,000 of the subcontracted portion of the extra
work and a markup of 5 percent on work added in excess of $5,000 of the
subcontracted portion of the extra work may be added by the Contractor.
SECTION 6 ---PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Replace
applicable portions of this section with, "The City intends to execute this project as
follows:
Project Award: September 22, 2015
Submit construction schedule, insurance, bonds, etc. contract documents to
Engineer: by September 29, 2015
Pre -construction meeting: by October 1, 2015
Notice To Proceed: by October 5, 2015
First day of work: October 7, 2015"
6-7 TIME OF COMPLETION.
6-7.1 General. Add to this Section, "All contract work shall be completed within ten
(10) consecutive working days after the issuance of the Notice To Proceed. However,
given the uncertainty with tide variations and unforeseen weather, the City will provide
the Contractor with additional no -cost working days provided the work has progressed
to the satisfaction. of the Engineer."
SP3of8
6-7.2 Working Days. Revise this Section with, "A working day is defined as a
Monday through Friday day with a minimum of three (3) hours of continuous below
+3.00 tide between sunrise and sunset. The City has identified the following dates as
working days under this contract:
- 10/7, 10/8, 10/9, 10/10
- 10/12,10/13, 10/14, 10/15, 10/16, 10/17
- 10/26, 10/27, 10/28, 10/29, 10/30, 10/31
6-7.4 Working Hours. Add to this Section, "While the City's normal working
hours for construction activities are from 7:00 AM to 4:30 PM Monday through Thursday
and from 7:00 AM to 3:30 PM on Fridays, the working hours for this Contract shall be
from 7:30 AM until Sunset."
6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$5,000.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute
agreement by the Agency and Contractor that the above liquidated damages per day is
the minimum value of the costs and actual damage caused by the failure of the
Contractor to complete the Work within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of
prosecuting the work in an orderly, preplanned, and continuous sequence so as to
minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and
the public as a result of the work."
SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR
4
7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES. Add to this Section, "While the
City does not have any substantial facility in close proximity to the Balboa and Little
Balboa Islands for the Contractor to stage and stockpile his equipment and materials, it
may be able to provide the Park Avenue/East Bay Front street -end on Little Balboa
Island on limited basis. The Contractor shall nevertheless, at his own cost, make
arrangements to stage and stockpile his equipment and materials as required to
schedule and complete the work."
7-5 LICENSES. Modify the second paragraph.to read, "At the time of bid submittal and
until the completion of work, the Contractor shall possess a valid "A" General
Engineering or a "C-12" Earthwork and Paving License issued by the State of
California.
From the start and until the completion of work, the Contractor and each subcontractor
shall possess a valid City Business License issued by City Finance Department. No
work may proceed without the required valid City business license."
SP4of8
7-8 PROJECT SITE MAINTENANCE.
7-8.5 Temporary Light, Power and Water. Modify this Section to read, "Due to
the remote work location, the City does not have any utility hook-up points for light and
power. The City, however, will provide the Contractor with reasonable gratis use of City
water for the work."
7-8.6.2 Best Management Practices (BMPs)
Add to this Section: The Contractor shall be responsible 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 fluid leaks.
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 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.
7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Add to
this Section, "The Contractor shall take all precautions to protect in place all existing
improvements, including but not limited to, sign posts, storm drain pipes, submerged
water and sewer mains, boat platforms, private utilities through the existing seawalls,
and all existing eelgrass within the Canal as identified by the Eelgrass Map."
7-10 PUBLIC CONVENIENCE AND SAFETY.
7-10.1 Traffic and Access. Add to this section, 'The Contractor shall submit traffic
control and detour plans to the Engineer for each phase of the work which will comply
with the following requirements:
1. No work shall be performed from the Park Avenue Bridge and
2. Passage through the Grand Canal shall be maintained for emergency personnel,
equipment, and vessels at all times.
3. Traffic Controls and/or a flag person shall be implemented at both sand source and
placement locations."
SP5of8
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 the safety of all persons
and property during performance of the work. 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, maintain in place, and 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 of the posted "NO PARKING -TOW AWAY" signs. The signs will
be provided by the City at no cost to the Contractor. However, the City reserves the
right to charge $2.00 per sign following any excessive abuse or wastage of the signs by
the Contractor. The City of Newport Beach "Temporary Tow -Away, No Parking" signs
are available from the Public Works Department.
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.
7-15 CONTRACTOR'S RECORDS / AS -BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As -Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
up-to-date and so certified by the Engineer at the time each progress invoice is
submitted.
Upon completion of the project, the Contractor shall provide "As -Built" corrections upon
a copy of the Plans. The "As -Built" correction plans shall be verified by the Engineer
prior to final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three (3) years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SP6of8
SECTION 9 ---MEASUREMENT AND PAYMENT
9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK.
9-1.1 General. Add to this Section, 'The unit price bid for the work shall include the
cost of all equipment, material, labor, and other costs required to arrange and complete
the work per these Plans and Specifications and no additional shall be made."
9-3 PAYMENT.
9-3.1 General. Add to this Section, "Unless otherwise authorized by the Engineer,
all construction quantities to be paid to the Contractor shall not include any work that the
Contractor performed beyond the limits shown on the Plans and Specifications.
Revise paragraph two to read, 'The unit prices shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work required to
complete the Work in place and no other compensation will be allowed thereafter.
Payment for incidental items of work not separately listed shall be included in unit prices
paid for related items of work. The following items of work pertain to the bid items
included within the Proposal:
Item No. 1 Mobilization and Demobilization: Work under this item shall include all
preparation and scheduling of materials and equipment necessary to complete the work
under this contract.
Item No. 2 Traffic Control: Work under this item shall include providing the traffic
control required by the project including, but not limited to, preparation of traffic control
plans, signs, barricades, and all other work necessary to comply with the W.A.T.C.H.
and City requirements. This item shall also include the delivery of all City notifications
to area residents and boat owners, posting of construction signs, the use of flag persons
at both sand source and placement sites, and all other costs incurred in completing the
Work.
Item No. 3 Remove and Dispose of Debris: Work under this item shall include the
cost of removal and disposal of all non -hazardous debris such as soda cans, stones,
cups, sandals, timber pieces, and other typical beach trash matters for the entire width
and length width of the Grand Canal less the eelgrass bed.
Item No. 4 Delineate Existing Eelgrass Bed: Work under this item shall include the
cost of all labor and materials needed to stake and flag the existing eelgrass population
as shown on the provided Eelgrass Map.
Item No. 5 Place Sand: Work under this item shall include the cost of all material,
labor, and equipment to retrieve and transport the source sand from the Mouth of Santa
Ana River to the Grand Canal and place compact the sand in place. Payment shall be
made on the average between the truckloads of sand placed and the volume calculated
from the before and after surveys conducted independently by Coast Surveying, Inc.
SP7of8
Item No. 6 Rough Grade Import Sand Source: Work under this item shall include
the cost of all material, labor, and equipment to rough grade the area at the Mouth of
Santa Ana River where the import sand was taken from so as to leave the site with a
"smooth" and aesthetic appearance.
9-3.2 Partial and Final Payment. Add to this section, "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 200 ---ROCK MATERIALS
200-1 ROCK PRODUCTS.
200-1.5 Sand Add this Section to read, `The City has arranged for the Contractor
to obtain gratis sand from the Mouth of Santa Ana River for this work. Access to the
Santa Ana River can be made from Seashore Drive.
In case the Contractor needs or desires to use another import sand source to complete
the work, the Contractor at his own expense shall provide the Engineer with sand
analyses which will certify that the proposed import sand 1) does not contain any
chemicals that are detrimental to the eelgrass and other marine life in the area and 2)
shall be at least as coarse as the following gradation:
Sieve Screen Size
% Passing
1/ 2"
100
3/8"
100
No. 4
100
No. 8
87
No. 16
67
No. 30
44
No. 50
26
No. 100
13
No. 200
8
PART 3
CONSTRUCTION METHODS
SECTION 316 ---PLACEMENT OF IMPORTED SAND
316-1 GENERAL. Add this Section to read, "The Contractor shall collect and dispose
of all surface debris found within the Canal prior to and during material placement. All
precautions shall be taken during the material placement operation not to allow any
eelgrass to be covered by any placed material.
:. .
The placed sand shall be compacted by mechanically or pneumatically driven rollers,
rubber tires, or vibratory plates with a minimum of two (2) passes. Additional sand
layers shall be placed to achieve the elevations and profiles shown on the Plans.
In case of covered eelgrass, the contractor shall either remove the cover material to
uncover the eelgrass or transplant additional eelgrass at the rate of 1.2 transplant to 1.0
covered at no additional cost to the City."
SE 2`TP�VVc
At�'��0;' 0A�4PU ...
3/iSlV1SA2t�
3IIV 3NOIVSV
an
n�C
do °�
�a
�b
13�
V
W
O
w
V A
Z 1C��
6z7 G
WZ
Z
QU
�O
M
Z
3AV 3NIWM
7
_
w
3AV XAMO
X
u'
3AVASAIt MW
. ..
w
3AV'N310dV
.
0
m
3Av %'2703
?¢
-
v
y.. ,
3A''37a'ItidcS�s,
�
y
W
z
d
p,
3:9''ONOMWIG
r-
LL
d
s
¢
ameAsnH
m
3AV S 411100
an
n�C
do °�
�a
�b
13�
V
W
O
w
V A
Z 1C��
6z7 G
WZ
Z
QU
�O
M
Z
North Bay Front 4C
:.r
®� *JC
IB `'A South Bay Front
dJ BfJA
Grand Canal Plan y Y e
x,10
(E) ReaMamial plan
C.g (E)II-sid Witter and piles(tya)
(E)SW 0.88 and plies gyp.) 0.0
]EITW B 13 (E) SW ].10
80 gg
9.0
BL - N18F SA - N SF ]:0
6.0
p 55
p45.00 �' 1 E ML4a _ - fEl' ML_Oir-ti-- - �� d0
a:0 .. `` .may - .. ZA
ox ib
1.0
a 4.8
5.0.
4.0
0 20 ... "-;.." .. .. -
- - .. -.. -.
Section C -C
Section A -A
SOURCE: SM -W- mntmaa Ram BIN ten surveys,Ina
(E)RaedenW,W
LEND:
5g ReaMantiaPler
and piles(typ.)
t. Mudline condition varies over wall length.
(E)BW B.BT a(E)nd Pilas(fyp.l)
4.0
NvBe DATUM:Cel"tornle State Piens,
2. Imported sand must be graded to assure no less than
(N)
New
za.6,
+ VERTICALD 9.
80IEITW
TW
..
85d
'"
-.
7.0
58
-.AV
I
F50 ..�
9.0 ]
e
4.0
missing altogether.
M3n..1r�-
g
3-0
1.0
0.0
4A
-
.. ••-.. .....
3.0
2A
0.0
30
I.
-ko
a.g
6.0.
.. ..
..
-
0.2 0
... ..
a 0 100
-5
0
Section A -A
SOURCE: SM -W- mntmaa Ram BIN ten surveys,Ina
NOTES:
LEND:
01�INevmEd BJune 10, On19�2019 Eegmv Survey Dtla from
H°
t. Mudline condition varies over wall length.
(E
Edeenp
NvBe DATUM:Cel"tornle State Piens,
2. Imported sand must be graded to assure no less than
(N)
New
za.6,
+ VERTICALD 9.
a 1:5 slope In a submerged condition.
TW
Top of Wall Elevation
VERTICALDATUM: Moan laxer Lmv Weter(MLLV✓J.
1
3. Condition old. rods: Moet 00 nods aloe wall aro
8
ML
Mudline Elevation
I
assumetl Cr known to have advance corrosion or are
BF
Sand Fill Elevation
missing altogether.
SW
Sidewalk Elevation
ANCHOR DING. ., H -5234-S
IDEA SHT f of 2
6-2015
^�+vr^aram'-ae .. -:.7 ::--3 "7WT"' IZEY[6WGIEI!BPdI" ...7,2muT'""^I �w.ti�m:"^urC4r:�rnmmm�
j 90 p)
New imported
-2.
granular sand
7.52'(t)
i
embedment
4.00' Flat
Zone of Sand
Pacemenl
(compacted)
-2.00'
(t) Original design
SOURCE: Drawing prepared from City of
Newport Beach Plan No. 400
HORIZONTAL DATUM: California State
Plane,Zone 8, NAD83, U.S. Feet.
VERTICAL DATUM: NAVD88
SECTION
Existing Concrete
Pile Cap
Existing Boardwalk
EI. = Varies
Existing Tie Rod -/
ExistingTimber Deadman
Wall Panel
Current range in mudline
height around Grand Canal.
Average depth of sand at wall
(bottom of cap is -3.0')
Soldier Pile
NOTES:
I. No calculations prepared - Opinion
2. Existing wall is not designed to
accommodate seismic load cases.
3. Assumed wall distress hidden by
shotcrete (-85 yrs old)
4. Compact the placed sand (4'-0" section)
NOTE: Original dimension of wall have been
altered over the years (shotcrete and rework of
sidewalks) to accommodate drainage and
concrete repair.
evw®auaa:auuaumuu:avv;.,.W...at_.11::...X15'C3IYPJYIalYL41QIIfPJ"@f'1T„'Jtl""u 7�.;.'.'yQl7rY,3GEw'FroL''�YG.B'"uC,3�+'�IIfiIN,"1901®19eff?2S'9PL'f"CllM2Y&tlllflt'':�ITTul�1i➢ID�PJ
C)WG NO. H -5234-S
ANCHOR SIFT. 2 o>= 2
NiLv QEA �` 8-201S
2
V
a
W
m
LLICL
OW
C0
OZ
z-
a�
U)W
oa
az
9a
o�
az
aCO
�LL
O
H
r T
„P f`�+ ��yj�y♦ �.. P i
71
n i�f•i ^"Y __*'O ri�jP '3 •y• lSiUnd
MY � M fir• S "� `�•
OR
Imme
PIC
J V'�
F' AEalone PI ue o
• . a `; ti
! �YiRii� ♦Q isoi „
pp '
Balboa^'Avenu 4r i � ,•_� '"
I Temp'braqryBri g PES a
.t r
! ; ry
•
'
:
L IW
is
A
5 BAyhontM
c