HomeMy WebLinkAboutC-8833-2 - Balboa Boulevard, Newport Boulevard and 32nd Street Pavement RehabilitationCITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949 644-3005 1 949 644-3039 FAX
newportbeachca.gov/cityclerk
May 16, 2025
R.J. Noble Company
Attn: Mr. Ryan Overman
15505 East Lincoln Avenue
Orange, CA 92865
Subject: Balboa Boulevard, Newport Boulevard and 32nd Street Pavement Rehabilitation
Contract No. 8833-2
Dear Mr. Overman:
On March 11, 2025, 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
March 12, 2025, Reference No. 2025000078932. Enclosed is the released Labor &
Materials Payment Bond.
Sincerely,
r Vl J
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT A Executed in Duplicate
CITY OF NEWPORT BEACH
BOND NO. 30216032
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to R.J.
Noble company hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of, but is not limited to: (1)
distributing construction notices to affected residents and businesses; (2) placing
"Temporary Tow -Away No Parking" signs and setting up traffic control; (3) construction
surveying, staking, and monument preservation; (4) implementing BMPs in work areas;
(5) cold milling and overlaying existing pavement; (6) removing existing asphalt and
constructing full depth asphalt concrete digouts; (7) removing existing curb and gutter,
sidewalk, curb access ramps, commercial driveway approaches, and cross gutters; (8)
constructing curb and gutter, sidewalk, curb access ramps, commercial driveway
approaches, full -depth AC slot patches, and cross gutters; (9) installing traffic striping,
signing, sign posts, and pavement markings; (10) coordinating with outside utility owners
to have their facilities adjusted to grade; (11) removing existing hardscaping and
pavement as needed for contract work; (12) removing and relocating existing street lights;
(13) installing signal loop detectors; (14) adjusting manholes, valve boxes, and pullboxes
to grade; (15) removing and relocating bollards; (16) removing existing and installing new
cleanout and water valve boxes to grade; (17) installing new traffic poles with foundation;
(16) installing conduits; (18) installing new City -furnished poles on the new foundation
with LED signs and APS pedestrian push button assembly; (19) removing existing median
pole/flashing beacons and its foundation and installing new City light standard pole; (20)
installing pole mounted cabinets with sign controllers; (21) removing, relocating, and
installing new pull boxes; (22) installing conductors/cables in conduit; (23) installing
conduits into existing pull boxes; and (24) other incidentals items to be completed in work
places required by the Plans and Specifications, in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Western Surety Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Million One Hundred Nineteen Thousand Sixty Dollars ($5,119,060.00) 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
R.J. Noble company Page A-1
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.
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.
[SIGNATURES ON NEXT PAGE]
R.J. Noble company Page A-2
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the loth day of May , 20 24 .
R.J. NOBLE COMPANY
Name of Contractor (Principal)
Western Surety Company
Name of Surety
2 Park Plaza, Suite 400
Irvine A 92614
Address of Surety
949-399-4970
Telephone
APPROVED AS TO FORM:
CITY ATTORNEYS OFFICE
Date: / 1`I lZq
By: LJ
Won C. Harp s/
Attorney %/zy
X
Authorizja( d Sig 6tureffitle
STEVEN L.YENDOZA, VICE PRESIDENT
r e Agent Signature
Tames Scott Salandi, Attorney-hi-fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
R.J. Noble company Page A-3
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
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 ORANGE
On 05/13/2024
Date
personally appeared
before me,
J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
Name(S) of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(K) whose name(A) is/M subscribed
to the within instrument and acknowledged to me that he�14�7315i�y executed the same in his/±mx6&Ax
authorized capacity(i and that by hisXXXX 4Ksignature(x) on the instrument the person(s), or the entity
upon behalf of which the person(N acted, executed the instrument.
J. DEIONGH
W Notary Public • California Z
" -
Orange County �
Commission - L468114
My Comm. Expires Oct 28, 2027
Place Notary Seal and/or Stamp Above
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.
x
Signature
Si azure of Notary Public
Vr 1 IVI\riL
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to on unintended document.
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:
ElCorporate Officer — Title(s):
❑ Partner — ElLimited [IGeneral
ElIndividual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
ElOther:
Signer is Representing:
)2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer —
❑ Partner — ❑ Limite
ElIndividual
❑ Trustee
ElOther:
Signer is Representing
d
Title(s):
❑ General
❑ Attorney in Fact
❑ Guardian or Conservator
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 (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 } ss.
On , 20 before me,
Notary Public, personally appeared
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
(seal)
R.J. Noble company Page A-4
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 California
County of San Bernardino
On �1 before me, Tina Downey, Notary Public ,
(Here insert name anO title of the officer)
personally appeared James Scott Salandi
who proved to me on the basis of satisfactory evidence to be the personN whose
nameN is re subscribed to the within instrument and acknowledged to me that
e she/they executed the same in hi her/their authorized capacity(ieq, and that by
is her/their signatureMon the instrument the person'(, or the entity upon behalf of
which the personKacted, 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.
A
TINA DC'NNEY
WITNESS my hand and official seal. .. �yE
/��_, Notary r,:biic • California z
San Bernardino Couniv >
s ` Commission = 2393319
r `My Comm. Expires Nov 21, 2025
N ary ublic Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of allached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
p Attorney -in -Fact
❑ Trustee(s)
❑ Other
- 0,5
cV1:i'v,ciawri'LvJvo'J.111OLGIyIiICIJJCS.I':Ulll QUU-J7 -�UUD
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies toith current California stat:ttes regarding notary n'ording and.
if needed. should be completed and attached to the document. Acknolwedgents Rani
other states nnap be completed /br documents being sent to that state so long as tine
wording does not require the California nota7, to violate California notary icnr.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears nithin his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/timey; is /are ) or circling the correct forms. Failure to correctly indicate this
infonnation 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, re -seal if a
sufficient area pennits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
a Securely attach this document to the signed document Avith a staple.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its
principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint
James Scott Salandi, David Jacobson, Individually
of Irvine, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and
other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,
pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly
adopted, as indicated, by the shareholders of the corporation.
In Witness Whereof WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on
this 30th day of January, 2024.
�a+suaETyN WESTERN SURETY COMPANY
ft
QZ
3W:
Larry Kasten, Vice President
State of South Dakota l
ss
County of Mmnehaha
I
On this 30th day of January, 2024, before me personally came Larry Kasten, tome known, who, being by me duly swom, did depose and say: that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he
knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of
Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
}444b44b44444b4444444b444}
My commission expires i M. BENT +
i Scei NOTARY PUBLIC Sce� i
March 2, 2026 J'souTN oAKorA:
+44444444444b44bb4444444+
M. Bent, Notary Public
CERTIFICATE
1, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and
further certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation this oAay of u"�j Z
/ �mSVgEtY"..
��::••QOR:�o,; WESTERN SURETY COMPANY
=Wi •_�
ti*�SvpH•pp0~P` Paula Kolsrud, Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings
in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Westem
Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following
Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27`k day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.ennsurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Forth F4280-6-2023
3/12/25, 3:16 PM
Batch 18880080 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
II 11 II 111 III IIII 111 I II II II N 0 F E E
*$ R 0 0 1 5 4 6 0 5 4 0$
2025000078932 02:50 pm 03/12/25
503 Ex12A N12 1
0.00 0.00 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 R.J. Noble Company of Orange,
California, as Contractor, entered into a Contract on 05/28/2024. Said Contract set forth
certain improvements, as follows:
Balboa Boulevard,. Newport Boulevard and 32nd Street Pavement Rehabilitation
Contract No. 8833-2
Work on said Contract was completed, and was found to be acceptable on
March 11, 2025, by the City Council. Title to said property is vested in the Owner, d the
Surety for said Contract is Western Surety Company.
M
DW d Webb,`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. n� ,� n�
Executed on IylttTwK �, �'!� at Newport Beach, California.
BY SEW PORT
Leilani I. Brown, City Jerk
�. n
cqt/p0%g:L
https://gs.secure-erds.com/Batch/Confirmation/l8880080 2/2
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 R.J. Noble Company of Orange,
California, as Contractor, entered into a Contract on 05/28/2024. Said Contract set forth
certain improvements, as follows:
Balboa Boulevard, Newport Boulevard and 32nd Street Pavement Rehabilitation
Contract No. 8833-2
Work on said Contract was completed, and was found to be acceptable on
March 11, 2025, by the City Council. Title to said property is vested in the Owner -and the
Surety for said Contract is Western Surety Company.
M
41
David 1Nebb,`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. MkO
I ��Executed on I �, �'V) , at Newport Beach, California.
BY ` �(� EW POR
T
Leilani I. Brown, City Jerk O�
cgt�FOR�'�A
N
c�
c�
00
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 2nd day of May 2024,
at which time such bids shall be opened and read for
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
$5,039,000.00
Engineer's Estimate
Approved by
James M. Houlihan
Deputy PWD/City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
https://pbsystem.planetbids.com/portal/22078/portal-home
Hard copy plans are available via
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" and "C-10"
For further information, call Daniel Jordan, Proiect Manager at (949) 644-3344
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
https://www new portbeachca gov/government/data-hub/online-services/bids-rfps-vendor-
reqistration
City of Newport Beach
146�
Contract No. 8833-2
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Councilmembers:
The undersigned declares that the Contractor 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. 8833-2 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:
05/02/2024
Date
714-637-1550/714-637-6321
Bidder's Telephone and Fax Numbers
782908 CLASS A & C12
Bidder's License No(s).
and Classification(s)
1000004235
DIR Registration Number
R.J. NOBLE COMPANY
Bidder
�1<
X
Bidder' Au ed i Si nature and Title
JACO DLOVE, ECRETARY
15505 E. LINCOLN AVE., ORANGE, CA 92865
Bidder's Address
Bidder's email address:jacobbreedlove@rjnoblecompany.com
PR-1
City of Newport Beach
EVARD. NEWPORT BC
F-11ttlell,
Contract No. 8833-2,
TABLE OF CONTENTS
NOTICE INVITINGIBIDS .......................................................................................... Cover
INSTRUCTIONS TO BIDDERS ........... i .................. ........... 3
.........................................
IIDDER'$.BOND .......................................................................................................... 6
DESIGN/ TION OF, SUBCONTRACTOR(S) ........... ..................................................... 9
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ..........................................10
NON -COLLUSION AFFIDAVIT ..................................................................... 14
DESIGNATION OF SURETIES ...................................................................... 15
CONTRACTOR'S INDUSTRIAL SAFETY RECORD ....................................................16
ACKNOWLEDGEMENT OF ADDENDA ....................................................................... 18
INFORMATION REQUIRED OF BIDDER ..................................................................... 19
'NOTICE +b SUC &6SFUL BIDDER ................. .................................................. 22
,YONTRACT .................................................................................................................. 23
LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A
FAITHFUL PERFORMANCE BOND ........................................................... Exhibit B
INSURANCE REQUIREMENTS ................................................................. Exhibit C
PROPOSAL.............................................................................................................. PR-1
SPECIAL PROVISIONS ............................................................................................ SP-1
2
City of Newport Beach
Contract No. 8833-2
INSTRUCT NS TO WbDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
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; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
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. Original copies
must be submitted to the City Clerk's Office.
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. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
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.
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 et 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.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
4
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim. If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement.
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been review .
782908 CLASS A tar C12
Contractor's License No. & Classification Autho t
ed J at lTitle JACOB BREEDLOVE
SECRETARY
1000004235 06/30/2025 05/02/2024
DIR Registration Number & Expiration Date Date
Bidder
5
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
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 amount bid ---------------------
----------------------- Dollars ($ 10% ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA
BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT REHABILITATION,
Contract No. 8833-2 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 11 th
R.J. NOBLE COMPANY
Name of Contractor (Principal)
Western Surety Company
Name of Surety
2 Park Plaza, Suite 400
Irvine, CA 92614
Address of Surety
949-399-4970
Telephone
day of ARril, 2024.
James Scott Salandi, Attorney -in -fact _
Print Name and Title
(Notary acknowledgment of Principal & SUrety must be attached)
A
vnozA,
VT
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 l
County of ORANGE J}
On 04/12/2024
Date
personally appeared
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
NameO of Signer(jg
who proved to me on the basis of satisfactory evidence to be the persono) whose name( is/Nt subscribed
to the within instrument and acknowledged to me that heXMAMy executed the same in his/±xx6&Ax
authorized capacitypM and that by hiSA##4Wl signature(a) on the instrument the person(s), or the entity
upon behalf of which the person( acted, executed the instrument.
J. DEIONGH
<' y.
ye
Notary Public • California
Orange County 13
My
Commission # 2468114
Comm. Expires Oct 28, 2027
Place Notary Seal and/or Stomp Above
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
(V/�-
L—�Wiignature of Notary Public
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:
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
❑ Other:
Signer is Representing:
C2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
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)
subscribed to the within instrument and acknowledged to me that he/she/
in his/her/their authorized capacity(ies), and that by his/her/their signa re
the person(s), or the entity upon behalf of which the person(s) acted xec
I certify under PENALTY OF PERJURY under the laws of the
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Langua
Type of Satisfactory Evidenc
Personally Knowyes)
h Paper Identification
Paper Identificat
Credible Witnes
Capacity(ies) claime by Signer(s):
Trustee
Power of orney
CEO/C /COO
Presid t / Vice -President / Secretary / Treasurer
Other Inforviiiation
7
dose name(s) is/are
/ executed the same
s) on the instrument
ed the instrument.
of California that the foregoing
(seal)
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
is available.
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 California
County of San Bernardino
On / '0� before me, Tina Downey, Notary Public ,
7� (Here insert name and line of t e o ceq
personally appeared James Scott Salandi
who proved to me on the basis of satisfactory evidence to be the personN whose
nameN is re subscribed to the within instrument and acknowledged to me that
e she/they executed the same in hi her/their authorized capacity(Teq, and that by
is her/their signatureK on the instrument the person, or the entity upon behalf of
which the personKacted, 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 - r vDan a'Uarc • CCoun v
_�
E
.Y-`=' �aniie•narcinoCDunty Corgi<sion; 2383319
CD r. Gxpii2S VCV 21. 2Ow;ae��
N ary ublic Signature 0 (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
O Attorney -in -Fact
❑ Trustee(s)
❑ Other
Lu i , Version slot i www.Noiar iClasses.con-, $00-873-9865
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California staltttes regarding notat7, wording and
if needed. should be completed and attached to the document. Acknothredgents from
other slates star be completed for clocuntents being sent to that slate so long as the
wording does not require the California notary to violate California notary Irnv.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears mrithin his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/diey, is /are ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• 'rhe notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type orattached document, number of pages and date.
v Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document with a staple.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its
principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint
James Scott Salandi, David Jacobson, Individually
of Irvine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and
other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,
pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly
adopted, as indicated, by the shareholders ofthe corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on
this 30th day of January, 2024.
�E...... WESTERN SURETY COMPANY
wQ.` Q,QORq'` o
rid
'�w�TH DP ap
State of South Dakota Larry Kasten, Vice President
1
County of Minnehaha
I ss
On this 30th day of January, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he
knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of
Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
a,+.\.....\\.\\\\..\\\.a
My commission expires f M. BENT
NOTARY PUBLIC
March 2, 2026 iaSOUTH OAKOTA c i .
a\.,\►\\\\\\\h\\\\\\\\\\\ a
M. Bent, Notary Public
CERTIFICATE
1, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and
further certify that tht: By -I t wand Resolutions of the corporation Tinted belo this certificate are still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation this f/Aday of 7/iJ
ErY�o WESTERN SURETY COMPANY
cWi
,o .... ws
ppiti Paula Kolsrud, Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attomey, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Factor agents who shall have authority to issue bonds, policies, or undertakings
in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attomey is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attomeys on behalf of Western
Surety Company.
This Power ofAttomey may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following
Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27i6 day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company. -
Go to www.cnasuretY.com > Owner / Obligee Services > Validate Bond Coverage, ifyou want to verify bond authenticity.
Form F4280-6 2023
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
DESIGNATION OF SUBCONTRACTOR(S) -AFFIDAVIT
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 subcontractors as listed in the
Bidder's electronic bid 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. Bidders must also include
DIR registration numbers for each subcontractor.
R.J. NOBLE COMPANY
Bidder
9
x A<
Autho +zed,S' na e/Title
JACOB : LOVE, SECRETARY
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32"D STREET PAVEMENT REHABILITATION
Contract No. 8833-2
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name R.J. NOBLE COMPANY
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 $150,000, provide the following information:
No. 1 PAVEMENT REHABILITATION
PfOJECt Name/hlUmbefCAMINOCAPISTRANOREHABILITATIONCIP 19102
Project Description PAVEMENT REHABILITATION
Approximate Construction Dates: From Io/2022 To: 09/2023
Agency Name CITY OF SAN JUAN CAPISTRANO
Contact Person PAULMESHKIN
Telephone ( ) 949-443-6350
Original Contract Amount $ 1,311,188.32 Final Contract Amount $ 9'443,383'69
If final amount is different from original, please explain (change orders, extra work, etc.)
CHANGE ORDERS
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
N OVARIOUS STREET
No. 2 . 2 t Name/Number REHABILITATION 2022, VARIOUS LOCATION THROUGHOUT THE CITY OF GARDEN GROVE.
ProjeSTREET REHABILITATION
Project Description
Approximate Construction Dates: From 09!1022 To: 0712023
Agency Name CITY OF GARDEN GROVE
Contact Person NICKI-ISIEH Telephone (714) 741-5190
Original Contract Amount $ 1,971,340.00 Final Contract Amount $ 5,115,253.71
If final amount is different from original, please explain (change orders, extra work, etc.)
CHANGE ORDERS
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.
NA
No. 3 PAVEMENT REHABILITATION OVERLAY & RECONSTRUCTION PROJECT NO 50048
Project Name/Number
Project Description PAVEMENT REHABILITATION OVERLAY & RECONSTRUCTION
Approximate Construction Dates, From 02/2022 To: 04/2023
Agency Name CITY OF PICO RIVERA
Contact Person GERALD MONTGOMERY Telephone ( 162) 801-4350
Original Contract Amount $8,811,145.00 Final Contract Amount $ 1,003,616.61
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
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.
XO
11
i
No. 4 MAJOR & COLLECTOR STREET PAVING FY 22 VARIOUS LOCATIONS IN THE CITY OF LAKEWOOD
Project Name/Number
Project Description sTRFET PAVING
03/2022 0212023
Approximate Construction Dates: From To:
Agency Name CITY OF LAKEWOOD
MAX WITHROW 866-9771
Contact Person Telephone
Original Contract Amount $ 4,455,840.00 Final Contract Amount $ 4,7I097E.74
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5 PROIF.(:I- ID NO. RMD4408002 SOUTH WHITTIER SUNSHINE ACRES-LELAND AVENUE, El' AL
Project Name/Number
ASPHALT PAVING
Project Description
Approximate Construction Dates: From I0i2022 To: 09i2023
Agency Name COUNTY OFLOSANGELES
Contact Person AARONMIANK Telephone (''') 720-9535
Original Contract Amount $1,682.218.86 Final Contract Amount $ 6,nI,197.68
If final amount is different from original, please explain (change orders, extra work, etc.)
%W-
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.
12
No. 6
Project Name/Number
CITYWIDE PAVEMENT REHABILITATION PROGRAM 22/23 ARTERIAL & COLLECTOR STREETS PH 2 8010097
CITYWIDE PAVEMENT REHABILITATION
Project Description
Approximate Construction Dates: From 12/2022 To: 10/2023
CITY OF MORENO VALLEY
Agency Name
Contact Person
CE IRIS A VOGT Telephone( 95) 616-4925
Original Contract Amount $ 18,772,997.50Final Contract Amount $ 18,970,610.86
If final amount is different from original, please explain (change orders, extra work, etc.)
EXTRA WORK
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on -site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
R.J. NOBLE COMPANY
Bidder
13
R.1.
NoBLE
Steve Mendoza
15505 E. Lincoln Ave.
Orange, CA 92865
Office: (714) 637-1550 Cell: (714) 335-7214 Email: stevemendoza@rjnoblecompany.com
EXPERIENCE Chief Estimator/Vice President
R.J.Noble Company, Orange, CA, 2005 - Current
- Oversees Bidding Operations for 4 Estimators
- In Charge of a 20 million dollar monthly bid schedule
Estimator
R.J.Noble Company, Orange, CA, 1995-2005
Field Superintendent
R.J.Noble Company, Orange, CA, 1992-1995
- Planned, directed, and managed designated projects
- Ensured that objectives were accomplished in accordance
with outlined priorities
- Oversee daily job operations for multiple projects
Foreman
R.J.Noble Company, Orange, CA, 1990-1992
- Delegated responsibilities and designed time schedules
- Order material & equipment on a daily basis
Operating Engineers
R.J.Noble Company, Orange, CA, 1985-1990
RECENT
ACCOMPLISHMENTS
Recently Completed Projects
- CITY OF ANAHEIM 7 MILLION
RESIDENTIAL STREET IMPTS
- CITY OF IRVINE
ANNIUAL STREET REHABILITATION 7 MILLION
CITY OF TUSTIN
TUSTIN LEGACY $11.3 MILLION
NEIGHBORHOOD
CITY OF HUNTINGTON BEACH $2.6 MILLION
ZONE 5 RESIDENTIAL OVERLAY
RANCHO MISSION VIEJO $23 MILLION
LOS PATRONES PARKWAY IMPTS
K
6�011 R.I.
NOR P'E
Chuck Spiers
15505 E. Lincoln Ave.
Orange, CA 92865
Office: (714) 637-1550 Email: chuckspiers@rjnoblecompanZr.com
EXPERIENCE General Superintendent
R.J.Noble Company, Orange, CA, 2003 - Current
- Plan, direct, and manage designated projects
- Ensure that objectives are accomplished in accordance
with outlined priorities
- Oversee daily job operations for multiple projects
Foreman
R.J.Noble Company, Orange, CA, 2000 - 2003
- Delegate responsibilities and designed time schedules
- Order material & equipment on a daily basis
Operator
Matich Corp., San Bernardino, CA 1989-2000
EDUCATION High School
- Hemet High School, Class of 1988
PROFESSIONAL - CPR Certified, Expires 01/2018
TRAINING & CERTS - Fundamentals of Successful Project Management, 02/2014
RECENT
ACCOMPLISHMENTS
Recently Completed Projects for RJ Noble
- City of Huntington Beach
Argosy, Yorktown & 6th St.
- City of Irvine
Street Rehab
- City of Huntington Beach
Main, Talbert & Heil
- Port of Long Beach
Pier F Cutoff Wall
Dec-15
Contract Amount: $1,800,000
Oct-15
Contract Amount : $5.1 million
Feb-17
Contract Amount: $2.6 million
Sep-16
Contract Amount: $4 million
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
NON -COLLUSION AFFIDAVIT
State of California )
ss.
County of ORANGE t
IACIB BREEDLOVE being first duly sworn, deposes and says that he or she is
SECRETARY of R.J. NOBIT COMPANY , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract, that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of Californi ache foregoing is true and correct.
R.J. NOBLE COMPANY X
Bidder Authoriz o SI natu %Title JACOB BREEDLOVE, SECRETARY
I
Subscribed and sworn to (or affirmed) before me on this NI) day of MAY , 2024
by JACOB BREEDLOVE , 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.
x U&�
Notary Pu I J. DEIONCH
[SEAL]
My Commission Expires: I0/28/2027
I DEIONGH
Notary Public - California
*my
Orange County
Commission ; 2468114
Comm, Expires Oct 28, 2027 14
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
DESIGNATION OF SURETIES
Bidder's name R.J. NOBLE COMPANY
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):
WESTERN SURETY COMPANY
2 PARK PLAZA SUITE 400, IRVINE, CA 92614 SCOTT SAI ANDI 949-486-7917
PATRIOT RISK & INSURANCE SERVICES
18952 MACARTHUR BLVD STE 300, IRVINE, CA 92612 LAURIE SYLVESTER 949-486-7900
15
City of Newport Beach
30A BOULEVARD, NEWPORT BOULEVARD
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL
Bidder's Name IZ.1. NOBLE COMPANY
Record Last Five (5) Full Years
Year of
Record
Record
Record
Record
Record
Record
for
for
for
for
for
2024
2023
2022
2021
2020
2019 Total
No. of contracts
_
,
,,;
-
4,
70
Total dollar
Amount of
S24MILLION
$145.4
$137.4
$71.3
$93.5
S81.5
>;
Contracts (in
Thousands of $
MILLION
MILLION
MILLION
MILLION
MILLION
` I P)N
No. of fatalities
NONE-------
----------------
---- -------- _.-----------------
----------------
----------------
---NONF.
No. of lost
Workday Cases
NONE ------
---------------
-- -
--- ----- -
------- ----
----------------
----NONE
No. of lost
workday cases
involving
permanent
NONE -------
---- -
---
---NONE
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.
W.
Legal Business Name of Bidder
Business Address:
Business Tel. No.:
St to Contractor's License No and
R.J. NOBLE COMPANY
15505 E. LINCOLN AVE., ORANGE, CA 92865
714-637-1550
CA 782908
Classification: CLASS A & C12
Title X IACOB BREEDLOVE, SECRETARY
The above information was compiled from the r c ds at are available to me at this time
and I declare under penalty of perjury that the mation is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the 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
17
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 1
County of ORANGE J}
On 05/02/2024
Date
personally appeared
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
NomeX) of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(g) whose name(fq is/&e subscribed
to the within instrument and acknowledged to me that heAXM74y executed the same in histpitfteix
authorized capacityM and that by hisg##AW signature(x) on the instrument the person(s), or the entity
upon behalf of which the person(g) acted, executed the instrument.
J. DEION6H
Notary Public •California
Orange County
Commission # 2468114
My Comm. Expires Oct 28, 2027 r
Place Notary Seal and/or Stomp Above
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 a Z
gnature of Notary Public
Ur 11UNAL
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:
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
❑ Other:
Signer is Representing:
4c)2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
A notarypublic 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 ORANGE
05/02/2024
On
Date
personally appeared
before me,
JACOB BREEDLOVE
J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
Nome(t) of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(19 is/M subscribed
to the within instrument and acknowledged to me that heAM&My executed the same in his/±exLtixeix
authorized capacity(/, and that by hisl+NWsignature(a) on the instrument the person(&), or the entity
upon behalf of which the person(2Q acted, executed the instrument.
o------
y J. DEIONGH
Notary Public - California
_-3- Orange County y
l
Commission; 2468114
\� My Comm. Expires Oct 28, 2027
Place Notary Seal and/or Stamp Above
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
S nature of Notary Public
VI' 11UNAL
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:
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
❑ Other:
Signer is Representing:
I2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name R.J. NOBLE COMPANY
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No. Date Received Signature
18
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
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:
Business Address: 15505 E. LINCOLN AVE., ORANGE, CA 92865
Telephone and Fax Number: 714-637-1550/714-637-6321
R.J. NOBLE COMPANY
California State Contractor's License NO. and Class: 782908 CLASS A& C-12
(REQUIRED AT TIME OF AWARD)
Original Date Issued: "� �""" Expiration Date: 08/31/2024
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:
JACOB BREEDLOVE, SECRETARY
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
R.J. NOBLE COMPANY A CALIFORNIA CORPORATION 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550
AUSTIN M. CARVER, PRESIDENT 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550
STEVEN L. MENDOZA, VICE PRESIDENT 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550
JACOB BREEDLOVE, SECRETARY 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550
JAMES N. DUCOTE, C.F.O. 15505 E. LINCOLN AVE., ORANGE, CA 92865 714-637-1550
Corporation organized under the laws of the State of CALIFORNIA
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
NONE
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
N/A
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;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
NO
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 labor co liance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes / to
Are any claims or actions unresolved or outstanding? Yes No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
N/A
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non -responsive.
R.J. NOBLE COMPANY
Bidder
Gl�l►yIYV��1[LZCIS
(Print name of Owner or President
of Corporation mpany)
X
Authoriz d Alkturdftitle
JACOB LOVE, SECRETARY
Title
05/02/2024
Date
On 05/02/2024 before me, J. DEIONGH , Notary Public, personally appeared
jACOB BR''E=VE , who proved to me on the basis of
satisfactory evidence to be the personM whose name0o is/Aksubscribed to the within instrument and
acknowledged to me that he/tt13i:Df nexecuted the same in his/ter authorized capacity(►MN, and that
by his/)W( f'1XIKsignature(K) on the instrument the person(N, 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.
X (NI (SEAL)
Not I in and for said State
J. DEIONGH
My Commission Expires: 10/28/2027
21
ogz4
J. DEIONGH
Notary Public - CaliforniaOrange CountyCommission # 2468114
y Comm. Expires Oct 28, 2027
City of Newport Beach
UNTro
32ND STREET PAVEMENT REHABILITATION
Contract No. 8833-2
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:
o CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
e LABOR AND MATERIALS PAYMENT BOND
® FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
City of Newport Beach
Contract No. 8833-2
SAMPLE CITY
CONTRACT
23
City of Newport Beach Page I of 4
BALBOA BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT REHABILITATION (8833-2), bidding on 05IO2/2024 10:00 AM (PDT) Printed 05/02/2024
Bid Results
Bidder Details
Vendor Name
R.J. Noble Company
Address
15505 E. LINCOLN AVENUE
ORANGE, California 92865
United States
Respondee
Jennifer De longh
Respondee Title
CONTRACT ADMINISTRATOR
Phone
714-637-1550
Email
jenniferdeiongh@rjnoblecompany.com
Vendor Type
CADIR
License #
782908
CADIR
1000004235
Bid Detail
Bid Format
Electronic
Submitted
05/02/2024 9:49 AM (PDT)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
372897
Respondee Cornment
Buyer Comment
Attachments
File Title File Name File Type
BID SUBMITTAL C-8833-2 RJ NOBLE COMPANY.pdf BID SUBMITTAL C-8833-2 RJ NOBLE COMPANY.pdf General Attachment
Bid bond C-8833-2 RJ NOBLE CO.pdf Bid bond C-8833-2 RJ NOBLE CO.pdf Bid Bond
Bid bond C-8833-2 RJ NOBLE CO.pdf Bid bond C-8833-2 RJ NOBLE CO.pdf Bid Bond
PlanetBids
City of Newpod Beach Page 2 of 4
BALBOA BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT REHABILITATION (8833-2), bidding on 05/02/2024 10:00 AM (PDT) Primed 05/02J2024
Subcontractors
Showing 4 Subcontractors
Name &Address
Desc
License Num
CADIR
Amount Type
California Professional Engineering,
electrical / loops
793907
1000377609
$235,667.00 MBE, DBE, FSD, DGS
19062 San Jose Ave
La Puente, California 91748
Case Land Surveying
survey
5411
1000001533
$190,600.00
614 N. Eckhoff Street
Orange, California 92868
Nobest Inc.
concrete
356922
1000011529
$339,360.00 CADIR
7600 Acacia Ave
Garden Grove, California 92841
Superior Pavement Markings
striping
776306
1000001476
$280,765.00
5312 Cypress Street
Cypress, California 90630
PlanelBids
City of Newport Beach
BALBOA BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT REHABILITATION (8833-2), bidding on 05/02/2024 10:00 AM (PDT)
Page 3 of 4
Printed 05/02/2024
Line Items
Discount Terms No Discount
Item N Item Code Type
Item Description
Imparted Items
1 1
Mobilization, Demobilization and Cleanup
2 2
Traffic Control
3 3
Surveying, Staking and Monument Preservation
4 4
Cold Mill Maximum 3-inches Thick Asphalt Concrete Pavement
5 5
Construct 1-Inch Thick Minimum Asphalt Concrete Leveling Course
6 6
Construct 2-Inch Thick ARHM Pavement Finish Course
7 7
Construct 1-Inch Thick Minimum ARHM Pavement Leveling Course
8 8
Construct 1.5-Inch Thick ARHM Pavement Finish Course
9 9
Remove 6 Inches of Existing Pavement and Base to Install a Minimum 6 Inches Full Depth AC Pavement
10 10
Remove 8 Inches of Existing Pavement and Base to Install a Minimum 8 Inches Full Depth AC Pavement
11 11
Remove and Reconstruct PCC Curb Access Ramp
12 12
Remove and Reconstruct 4-Inch Thick PCC Sidewalk
13 13
Remove Existing and Install 2-fool Wide by 1-foot Deep Full Depth AC
14 14
Remove Existing and Install New Sewer Cleanout Box and Cover to Grade
15 15
Adjust Sewer Manhole Frame and Cover
16 16
Adjust OCSD Sewer Manhole Frame and Cover
17 17
Remove Existing and Install New Water Valve Box and Cover to Grade
18 18
Adjust Storm Drain Manhole Frame and Cover to Grade
19 19
Remove and Reconstruct 8-Inch Thick PCC Cross Gutter
20 20
Remove and Install New Electrical Pull Box to Grade
21 21
Signing and Striping
22 22
Furnish and Install Traffic Signal Loop Detectors
23 23
Remove and Relocate New Electrical Pull Box to Grade
24 24
Remove and Relocate Existing Street Light to Grade
25 25
Remove Existing Type "A" PCC Curb and Gutter
26 26
Remove and Reconstruct PCC Commercial Driveway Approach (Type 1)
27 27
Remove and Reconstruct PCC Commercial Driveway Approach (Type II)
28 28
Construct Type "A" PCC Curb and Gutter
29 29
Remove Concrete Pavement and Subgrade
30 30
Construct 6-Inch Thick Crushed Miscellaneous Base
31 31
Construct 8-inch Thick Concrete Pavement
32 32
Crosswalk Enhancements at West Balboa Boulevard at 13th Street/14th Street
33 33
Provide As -Built Plans
UOM
CITY
Unit Price
Line Total
Response Comment
S5,119,060.00
LS
1
S230,000.00
$230,000.00
Yes
LS
1
$175,000.00
S175,000.00
Yes
LS
1
$210,000.00
$210,000.00
Yes
SF
781400
$0.67
S523,538.00
Yes
TON
3600
$158.00
$568,800.00
Yes
TON
7100
$160.00
S1,136,000.00
Yes
TON
1200
S165.00
$198.000.00
Yes
TON
1800
$160.00
S288,000.00
Yes
SF
30700
$10.50
$322,350.00
Yes
SF
14900
$14.00
$208.600.00
Yes
EA
38
S5,200.00
$197,600.00
Yes
SF
1500
$12.00
$18,000.00
Yes
SF
1600
$44.00
S70,400.00
Yes
EA
1
$1,250.00
S1,250.00
Yes
EA
17
$1,125.00
S19,125.00
Yes
EA
11
$3,500.00
S38,500.00
Yes
EA
122
$1,400.00
9170,800.00
Yes
EA
26
$1,125.00
$29,250.00
Yes
SF
2300
$38.50
S88,550.00
Yes
EA
4
$1,848.00
$7,392.00
Yes
LS
1
$305,000.00
S305,000.00
Yes
EA
119
$450.00
$53,550.00
Yes
EA
1
$5,500.00
$5,500.00
Yes
EA
1
$8,800-00
SB,800.00
Yes
LF
120
$44.00
S5,280.00
Yes
SF
50
$24.00
S1,200.00
Yes
SF
50
$24.00
$1,200.00
Yes
LF
150
$53.00
$7,950.00
Yes
SF
2000
$12.00
$24,000.00
Yes
TON
11
$175.00
$1,925.00
Yes
SF
700
$15.00
$10,500.00
Yes
LS
1
$188,000.00
$188,000.00
Yes
LS
1
S5,000.00
$5,000.00
Yes
PlanetBids
City of Newport Beach Page 4 of 4
BALBOA BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT REHABILITATION (8833-2), bidding on 05/02/2024 10:00 AM (PDT) Primed 05/02/2024
Line Item Subtotals
Section Title
Imported Items
Grand Total
Line Total
$5,119,060.00
$5,119,060.00
PlanetBids
BALBOA BOULEVARD, NEWPORT BOULEVARD AND 32ND STREET PAVEMENT
REHABILITATION
CONTRACT NO. 8833-2
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 28th day
of May, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and R.J. NOBLE COMPANY, a
California corporation ("Contractor"), whose address is 15505 East Lincoln Avenue,
Orange, CA 92865, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The work
necessary for the completion of this contract consists of, but is not limited to: (1)
distributing construction notices to affected residents and businesses; (2) placing
"Temporary Tow -Away No Parking" signs and setting up traffic control; (3)
construction surveying, staking, and monument preservation; (4) implementing
BMPs in work areas; (5) cold milling and overlaying existing pavement; (6)
removing existing asphalt and constructing full depth asphalt concrete digouts; (7)
removing existing curb and gutter, sidewalk, curb access ramps, commercial
driveway approaches, and cross gutters; (8) constructing curb and gutter,
sidewalk, curb access ramps, commercial driveway approaches, full -depth AC slot
patches, and cross gutters; (9) installing traffic striping, signing, sign posts, and
pavement markings; (10) coordinating with outside utility owners to have their
facilities adjusted to grade; (11) removing existing hardscaping and pavement as
needed for contract work; (12) removing and relocating existing street lights; (13)
installing signal loop detectors; (14) adjusting manholes, valve boxes, and
pullboxes to grade; (15) removing and relocating bollards; (16) removing existing
and installing new cleanout and water valve boxes to grade; (17) installing new
traffic poles with foundation; (16) installing conduits; (18) installing new City -
furnished poles on the new foundation with LED signs and APS pedestrian push
button assembly; (19) removing existing median pole/flashing beacons and its
foundation and installing new City light standard pole; (20) installing pole mounted
cabinets with sign controllers; (21) removing, relocating, and installing new pull
boxes, (22) installing conductors/cables in conduit; (23) installing conduits into
existing pull boxes; and (24) other incidentals items to be completed in work places
required by the Plans and Specifications (the "Project" or "Work").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and
specifications.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. CONTRACT DOCUMENTS
The complete Contract for the Project includes all of the following documents:
Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion
Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 8833-2, 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 Five Million One Hundred Nineteen Thousand Sixty Dollars
($5,119,060.00).
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.
R.J. Noble company Page 2
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 Ryan Overman 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.
6. NOTICE OF CLAIMS
6.1 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.).
6.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor to file a claim in strict conformance with the
Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined
in Public Contract Code section 9204 or any successor statute thereto, Contractor shall
be required to file such claim with the City in strict conformance with the Government
Claims Act (Government Code sections 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.
R.J. Noble company Page 3
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Director of Public Works
City of Newport Beach
Public Works Department
100 Civic Center Drive
Newport Beach, CA 92660
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: Ryan Overman
R.J. Noble Company
15505 E Lincoln Ave
Orange, CA 92865
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
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.
R.J. Noble company Page 4
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 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
14.1 Pursuant to the applicable provisions of the Labor Code of the State of
California, not less than the general prevailing rate of per diem wages including legal
holidays and overtime Work for each craft or type of workman needed to execute the
Work contemplated under the Contract shall be paid to all workmen employed on the
Work to be done according to the Contract by the Contractor and any subcontractor. In
accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the Work is to be performed for each craft, classification, or type of
R.J. Noble company Page 5
workman or mechanic needed to execute the Contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774 and requesting
one from the Department of Industrial Relations. The Contractor is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations, and the parties agree that the City shall not be liable for any violation thereof.
14.2 If both the Davis -Bacon Act and State of California prevailing wage laws
apply and the federal and state prevailing rate of per diem wages differ, Contractor and
subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per
diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive,
Newport Beach, California 92660, and are available to any interested party on request.
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
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),
R.J. Noble company Page 6
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.
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.
R.J. Noble company Page 7
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") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Contract, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. 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.
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,
R.J. Noble company Page 8
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.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. EFFECT OF CONTRACTOR'S EXECUTION
Execution of this Contract and all other Contract Documents by Contractor is a
representation that Contractor has visited the Project site, has become familiar with the
R.J. Noble company Page 9
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]
R.J. Noble company Page 10
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:
By:
A on C. Harp ms
dit Attorney
ATTEST:
Date: a
1 �1 �r
.:: A , Leilani I. , City Clerk
i
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: -'�z8/oz y
By:
Will O'Neill
Mayor
CONTRACTOR: R.J. NOBLE
COMPANY, a California corporation
Date:
By: Signed in Counterpart
Steven Mendoza
Vice President
Date:
By:
Jacob Breedlove
Secretary
Signed in Counterpart
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
R.J. Noble company Page 11
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: 29/2 `C
B
Y�
a on C. Harp nIS
Ci y Attorney S�9/a
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bv:
Will O'Neill
Mayor
CONTRACTOR: R.J. NOBLE
COMPANY, a California corporation
Date: 05/09/2024
By: X 4�°
Steven Mier doz
Vice President
05/09/2024
Date:
By:
J
c
[END OF SIGNA
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
R.J. Noble company Page 11
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 1
County of ORANGE J}
On 05/09/2024
Date
personally appeared
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
Name(S) of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(S) whose name( i0M subscribed
to the within instrument and acknowledged to me that hey executed the same in hisx
authorized capacityM and that by hisXWXXK4W signature( on the instrument the person(s), or the entity
upon behalf of which the person(t) acted, executed the instrument.
J. DEIONGH
Notary Public - California
s s Orange County
r 60 Commission # 2468114
My Comm. Expires Oct 28, 2027 r
Place Notary Seal and/or Stamp Above
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.
x
Signature
Sig ature of Notary Public
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:
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
❑ Other:
Signer is Representing:
0c2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
- r s r xe°y;•kr,. r.�_ia: :i., tea_ C•zr••�•:i�. _� ._s a •,i�.'u a �.?$r
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 ORANGE
05/09/2024
On
Date
personally appeared
before me,
JACOB BREEDLOVE
J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
Nomej%) of Signer(X
who proved to me on the basis of satisfactory evidence to be the person(t) whose name(N is/M subscribed
to the within instrument and acknowledged to me that heAMW&AMy executed the same in hisAxx/Xl:xWx
authorized capacitym and that by hisAIVOW x signature(s) on the instrument the person(%), or the entity
upon behalf of which the person(s) acted, executed the instrument.
J. DEIONGH
:= Notary Public - California
Orange County
r a w Commission ; 2468114
as My Comm. Expires Oct 28. 2027
Place Notary Seal and/or Stamp Above
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.
x
Signature
Si nature of Notary Public
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:
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
❑ Other:
Signer is Representing:
G2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
EXHIBIT A Executed in Duplicate
CITY OF NEWPORT BEACH
BOND NO. 30216032
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to R.J.
Noble company hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of, but is not limited to: (1)
distributing construction notices to affected residents and businesses; (2) placing
"Temporary Tow -Away No Parking" signs and setting up traffic control; (3) construction
surveying, staking, and monument preservation; (4) implementing BMPs in work areas;
(5) cold milling and overlaying existing pavement; (6) removing existing asphalt and
constructing full depth asphalt concrete digouts; (7) removing existing curb and gutter,
sidewalk, curb access ramps, commercial driveway approaches, and cross gutters; (8)
constructing curb and gutter, sidewalk, curb access ramps, commercial driveway
approaches, full -depth AC slot patches, and cross gutters; (9) installing traffic striping,
signing, sign posts, and pavement markings; (10) coordinating with outside utility owners
to have their facilities adjusted to grade; (11) removing existing hardscaping and
pavement as needed for contract work; (12) removing and relocating existing street lights;
(13) installing signal loop detectors; (14) adjusting manholes, valve boxes, and pullboxes
to grade; (15) removing and relocating bollards; (16) removing existing and installing new
cleanout and water valve boxes to grade; (17) installing new traffic poles with foundation;
(16) installing conduits; (18) installing new City -furnished poles on the new foundation
with LED signs and APS pedestrian push button assembly; (19) removing existing median
pole/flashing beacons and its foundation and installing new City light standard pole; (20)
installing pole mounted cabinets with sign controllers; (21) removing, relocating, and
installing new pull boxes; (22) installing conductors/cables in conduit; (23) installing
conduits into existing pull boxes; and (24) other incidentals items to be completed in work
places required by the Plans and Specifications, in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
Western Surety Company duly authorized to
transact business under the laws of the State of California, as Surety, (referred to herein
as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Five
Million One Hundred Nineteen Thousand Sixty Dollars ($5,119,060.00) 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
R.J. Noble company Page A-1
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.
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.
[SIGNATURES ON NEXT PAGE]
R.J. Noble company Page A-2
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the loth day of May , 20 24 .
R.J. NOBLE COMPANY
Name of Contractor (Principal)
Western Surety Company
Name of Surety
2 Park Plaza, Suite 400
Irvine CA 92614
Address of Surety
949-399-4970
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: -� 1y /2'i
By:
Majon C. Harp s/
t Attorney y/Zy
X
Authorize Sig - Ature/-ritle
STEVEN L. NDOZA, VICE PRESIDENT
e Agent Signature
James Scott Salandi, Attorney -in -fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
R.J. Noble company Page A-3
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 ORANGE
On 05/13/2024
Date
personally appeared _
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
NameN) of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(g) whose name(lo i0M subscribed
to the within instrument and acknowledged to me that heX1 tU7&y executed the same in his/±mxt&Ax
authorized capacityM and that by hisA�GXsignature(10 on the instrument the person(s), or the entity
upon behalf of which the person(l) acted, executed the instrument.
J. DEIONGH
ca -
Notary Public - California =
z, -= Orange County i;
Commission " 24b8114
My Comm, Explres Oct 28, 2027 +
Place Notary Seal and/or Stamp Above
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.
x --
Signature
` Signature of Notary Public
yr i w11qr►L-
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:
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
❑ Other:
Signer is Representing:
(:c)2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer —
❑ Partner — ❑ Limite
❑ Individual
❑ Trustee
❑ Other:
Signer is Representing
d
Title(s):
❑ General
❑ Attorney in Fact
❑ Guardian or Conservator
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 I 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 (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 } ss.
On .20 before me,
Notary Public, personally appeared
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
(seal)
R.J. Noble company Page A-4
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 California
County of San Bernardino
On l before me, Tina Downey, Notary Public
(here insert name and We of the officer)
personally appeared James Scott Salandi ,
who proved to me on the basis of satisfactory evidence to be the personN whose
nameN is re subscribed to the within instrument and acknowledged to me that
e she/they executed the same in hi her/their authorized capacity0eq, and that by
Us her/their signatureKon the instrument the person, or the entity upon behalf of
which the personKacted, 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.
TINA DC NEY
^ yF
-, Notary Pubiic . California z
—
<_ _
San bernarcino County >
Comrnission ; 2381319
v Comm. Expires `tov 21. 2025
N ary ublic Signature (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
Attorney -in -Fact
❑ Trustee(s)
❑ Other
I_.,,:_,.. lam_„ — �c
/ J wcl atuu VJvUd.iVOfdry'%la�aOS.cuiir o U-UI J-�000
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary hording and.
if needed. should be completed and attached to the document. Acknolwedgents from
other states may be completed./a- documents being sent to that state so long as the
wording does not require the California notmy to violate California notaly lalo.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/tiey- is /are ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the si red document with a staple.
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its
principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint
James Scott Salandi, David Jacobson, Individually
of Irvine, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and
other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,
pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly
adopted, as indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on
this 30th day of January, 2024.
�SURET'�, WESTERN SURETY COMPANY
0
=Nisi �'y 3W: .Zx
�jl/ Dp1F
Larry Kasten, Vice President
State of South Dakota 1
ss
County of Minnehaha
J
On this 30th day of January, 2024, before me personally came Larry Kasten, tome known, who, being by me duly sworn, did depose and say that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he
knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of
Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation.
++asreaya5esee.a55et,,awa +
My commission expires ; M. BENT
t SFei SOPUBLICS t II
March 2, 202E fc SOUTHUTH DAKOTAj
+
M. Bent, Notary Public
CERTIFICATE
1, Paula Kolsrud, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and
further certify that the By -Law and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation thisr of L
WESTERN SURETY COMPANY
=_'H O�PORRl��w-
Paula Kolsrud, Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power ofAttorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings
in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attomey is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Westem
Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following
Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 271 day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasure�,.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F4280-6-2023
EXHIBIT B Executed in Duplicate
CITY OF NEWPORT BEACH
BOND NO. 30216032
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ N/A , being at the
rate of $ N/A thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to R.J.
Noble company hereinafter designated as the "Principal," a contract for: the work
necessary for the completion of this contract consists of, but is not limited to: (1)
distributing construction notices to affected residents and businesses; (2) placing
"Temporary Tow -Away No Parking" signs and setting up traffic control; (3) construction
surveying, staking, and monument preservation; (4) implementing BMPs in work areas;
(5) cold milling and overlaying existing pavement; (6) removing existing asphalt and
constructing full depth asphalt concrete digouts; (7) removing existing curb and gutter,
sidewalk, curb access ramps, commercial driveway approaches, and cross gutters; (8)
constructing curb and gutter, sidewalk, curb access ramps, commercial driveway
approaches, full -depth AC slot patches, and cross gutters; (9) installing traffic striping,
signing, sign posts, and pavement markings; (10) coordinating with outside utility owners
to have their facilities adjusted to grade; (11) removing existing hardscaping and
pavement as needed for contract work; (12) removing and relocating existing street lights;
(13) installing signal loop detectors; (14) adjusting manholes, valve boxes, and pullboxes
to grade; (15) removing and relocating bollards; (16) removing existing and installing new
cleanout and water valve boxes to grade; (17) installing new traffic poles with foundation;
(16) installing conduits; (18) installing new City -furnished poles on the new foundation
with LED signs and APS pedestrian push button assembly; (19) removing existing median
pole/flashing beacons and its foundation and installing new City light standard pole; (20)
installing pole mounted cabinets with sign controllers; (21) removing, relocating, and
installing new pull boxes; (22) installing conductors/cables in conduit; (23) installing
conduits into existing pull boxes; and (24) other incidentals items to be completed in work
places required by the Plans and Specifications, in the City of Newport Beach, in strict
conformity with the Contract on file with the office of the City Clerk of the City of Newport
Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Contract and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract.
NOW, THEREFORE, we, the Principal, and
Western Surety .ompanl4 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 Five
Million One Hundred Nineteen Thousand Sixty Dollars ($5,119,060.00) 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.
R.J. Noble company Page B-1
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
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.
[SIGNATURES ON NEXT PAGE]
R.J. Noble company Page B-2
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the loth day of May ,20 24 .
R.J. NOBLE COMPANY
Name of Contractor (Principal)
Western Surety Company
Name of Surety
2 Park Plaza, Suite 400
Irvine, CA 92614
Address of Surety
949-399-4970
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By: VLP'o
A n C. Harp
Ci Attorney y�y
x
Authorizled Signkdre/Title
STEVEN L. MENDOZA, VICE PRESIDENT
gent Signature
James Scott Salandi, Attorney -in -fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
R.J. Noble company Page B-3
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 ORANGE
On 05/13/2024
Date
personally appeared _
before me, J. DEIONGH, NOTARY PUBLIC
Here Insert Name and Title of the Officer
STEVEN L. MENDOZA
NameO of Signer(4
who proved to me on the basis of satisfactory evidence to be the person(g) whose name( is/W subscribed
to the within instrument and acknowledged to me that hei)&W MMy executed the same in his/Juex/Abretix
authorized capacity(i , and that by hisAWPix x signature(x) on the instrument the person(s), or the entity
upon behalf of which the person(S) acted, executed the instrument.
z� '1=
J. DEIONGH
Notary public
. California
Orange County g
Commission # 2468114
'7-� My
Comm. Expires Oct 28, 2027
Place Notary Seal and/or Stamp Above
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.
X
Signature Q��
$i nature of Notary Public
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:
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
❑ Other:
Signer is Representing:
02019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
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 (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 � ss.
On , 20 before me,
Notary Public, personally appeared
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
(seal)
R.J. Noble company Page B-4
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 California
County of San Bernardino
On o 2-V before me, Tina Downey, Notary Public
l (Here insert name and title of the officer)
personallyappearedJames Scott Salandi ,
who proved to me on the basis of satisfactory evidence to be the personN whose
nameN is re subscribed to the within instrument and acknowledged to me that
e she/they executed the same in�h Cher/their authorized capacity(IN, and that by
i her/their signatureMon the instrument the person, or the entity upon behalf of
which the personNacted, 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`G�
of TINA COWNE'{
WITNESS my hand and official seal. ,_. Notary Pl_i - Ca:irorva _
I San 6ernarcino COLnty
�_._ .
A. >` Commission ' 238331925
MV Comm. Expires 4ov 21. 20
N ary ublic Signature (Notary Public Sea[)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
❑ Corporate Officer
(Title)
❑ Partner(s)
0 Attorney -in -Fact
p Trustee(s)
❑ Other
�J i .. ;;f JIVI-I \l'VY'll.lVVLtlIS'lild JACJ.I.'Jllt UVU-V I J-iUVJ
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
ifneeded. shordd be completed and attached to the document. Aclmolmvedgenis from
other states may be conmpleted,for documents being sent to that state so long as the
hording does not require the California notary to violate California notary lau,.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/they, is /are ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
Indicate title or type of attached document, number of pages and date.
Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
9 Securely attach this document to the signed document with a staple.
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND
CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain
at its own expense during the term of this Contract, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California. 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 City
Council, boards and commissions, officers, agents, volunteers and
employees. Contractor shall submit to City, along with the certificate of
insurance, a Waiver of Subrogation endorsement in favor of City, its City
Council, boards and commissions, officers, agents, volunteers and
employees.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary excess/umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than two million dollars ($2,000,000) per
occurrence, four million dollars ($4,000,000) general aggregate. The
policy shall cover liability arising from premises, operations, products -
completed operations, personal and advertising injury, and liability assumed
R.J. Noble company Page C-1
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.
D. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability
policies are used to meet the limits of liability required by this contract, then
said policies shall be "following form" of the underlying policy coverage,
terms, conditions, and provisions and shall meet all of the insurance
requirements stated in this contract, including, but not limited to, the
additional insured and primary & non-contributory insurance requirements
stated herein. No insurance policies maintained by the City, whether
primary or excess, and which also apply to a loss covered hereunder, shall
be called upon to contribute to a loss until the Contractor's primary and
excess/umbrella liability policies are exhausted.
E. Pollution Liability Insurance. Contractor shall maintain a policy providing
contractor's pollution liability ("CPL") coverage with a total limit of liability of
no less than $5,000,000 per loss and $5,000,000 in the aggregate per policy
period. Claims -made policies require a 10-year extended reporting period.
The CPL policy shall include coverage for cleanup costs, third -party bodily
injury and property damage, including loss of use of damaged property or
of property that has not been physically injured or destroyed, resulting from
pollution conditions caused by contracting operations. Coverage as
required in this paragraph shall apply to sudden and non -sudden pollution
conditions resulting from the escape or release of smoke, vapors, fumes,
acids, alkalis, toxic chemicals, liquids, or gases, waste materials, or other
irritants, contaminants, or pollutants. The CPL shall also provide coverage
for transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed
to contain, the following provisions:
R.J. Noble company Page C-2
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees, 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/umbrella liability, pollution
liability, and automobile liability, if required, shall provide or be endorsed to
provide that City, its City Council, boards and commissions, officers, agents,
volunteers and employees 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 City Council, boards and commissions, officers, agents, volunteers
and employees. All liability coverage shall apply on a primary basis and
shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar
days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to
the following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
documents referenced in this Contract must be returned to City within ten
(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. The certificates and endorsements for each insurance policy shall
be signed by a person authorized by that insurer to bind coverage on its
behalf. At least fifteen (15) days prior to the expiration of any such policy,
evidence of insurance showing that such insurance coverage has been
renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of
R.J. Noble company Page C-3
written notice of such cancellation or reduction of coverage, file with the City
evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. 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 sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage, subcontractors
shall provide coverage with a format at least as broad as CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit C are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
R.J. Noble company Page C-4
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.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgement may be necessary for its proper protection and prosecution of
the Work.
R.J. Noble company Page C-5
/
/
}
)
/
«
i
)di
;
E
\
u
c
%
t2
3
.
.
. .
.\
k
E
�k
/
$
§
CD
:%
z
k\
2 � k
�
kik
7
; e ,
)
' 2
\
§
\
\
j
w:
3 .
§
-
«
k
\
)
2
� �
w
2
)
-
k
. 3
f
$
i
i
)
[