HomeMy WebLinkAboutC-6269 - 2017-2018 Streetlight ImprovementOctober 8, 2020
Eleenor Belco Electric, Inc.
Attn: John Wong
14320 Albers Way
Chino, CA 91710
Subject: 2017-2018 Streetlight Improvement Project— C-6269
Dear Mr_ Wong:
On October 8, 2019, 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
October 10, 2019 Reference No. 2019000395463. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 9295305. Enclosed is the
Faithful Performance Bond.
Sincer ly,
d s
r
Leilani I. Brown, MMC
City Clerk
Enclosure
C11 %zE �1EWPORT BEACH
100 Civic Center Drive
``rJewport
Beach, California 92660
949-644-3005 1 949 644-3039Fnr.
C`4<Ir
newportbeachca.gov
pRR�P"C
October 8, 2020
Eleenor Belco Electric, Inc.
Attn: John Wong
14320 Albers Way
Chino, CA 91710
Subject: 2017-2018 Streetlight Improvement Project— C-6269
Dear Mr_ Wong:
On October 8, 2019, 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
October 10, 2019 Reference No. 2019000395463. The Surety for the contract is Fidelity
and Deposit Company of Maryland and the bond number is 9295305. Enclosed is the
Faithful Performance Bond.
Sincer ly,
d s
r
Leilani I. Brown, MMC
City Clerk
Enclosure
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 9295305
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 168o oo , being at the
rate of $ 3.87/Tiered Rate per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for mobilization;
providing traffic control; distributing construction notifications; concrete improvements;
installing, removing, and relocating street lighting facilities; furnishing and installing street
lighting facilities and appurtenances; restoring concrete and grout caps; potholing existing
utilities; and all other items to complete work in place 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 Fiderdy and Deposit Company of Maryland
, 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 Four
Hundred Seventy Eight Thousand Fifteen Dollars ($478,015.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount of the
Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Elecnor Belco Electric Inc:. Page 0-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 24th day of August 120 to .
Elecnor Belco Electric Inc
Name of Contractor (Principal)
Fide& and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor Schaumburo IL 60196 - 1056
Address of Surety
(847)605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTO��E 'S OFFICE
Date:.--- ,� I—�C;i
By - =
V-b,(iAaron C. Harp cns,$1tsNh
City Attorney
Authorized Signaturelfit-7
Qibet�ie �,a�c; a, ��,VitL TPtbld,¢�'
L Authorize Agenr na ur
�rlm 115L.F5S..
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Caecnor Belco Electric, Inc. page B-2
CALIFORNIA ALL-PURPOSE 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 _San Bernardino s )
On August 28, 2018 before me, Guadalupe L. Sandoval *Notary Public'
Date Here Insert Name and Title of the Officer
personally appeared Alberto Garcia ExecutiveyP
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(ef whose name() 6Yare
subscribed to the within instrument and acknowledged to me that kishe/they executed the same in
t l( er/their authorized capacitypo, and that by't�si7herAheir signatureQ4 on the instrument the personA,
or the entity upon behalf of which the person acted, executed the instrument.
1 certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
1s true and correct.
GUADALUPE L. SANUOYAI WITNESS my hand and official seal.
SanB Public - CCour� n
San BernartNno CauNY
Commissionx 219315a Signature
My Comm. Expires Apr 22.2021 Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section Is optional, completing this Information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: City of Newport Beach Bond No. 9295305 Performance Bond
Document Date: 08-24-2018 Number of Pages: _—
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _
❑ Corporate Officer — Title(s):
C 1 Partner — ❑ Limited I1 General
11 Individual ❑ Attorney in Fact
1-1 Trustee ❑ Guardian or Conservator
I 1 Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Ll Attorney in Fact
❑ Trustee I-1 Guardian or Conservator
❑ Other:
Signer Is Representing
✓[X.'4`F�S�54:.0Y.lSYUY<GET.IY�'X?`L.(qt{'.Y%SS%PY%aY`+4`.G'.C"r:.Ct4er' S'�&.Y�.rX�[-.'rY.�'ti'4iGYy.B<',�?.�Yr.LY:S;r:;2'Ct4`r�Y::CCBeF•Y%(�VbX;i',rq. `r14+?'{xi<SiGf%(;Y
02016 National Notary Association • www.NatiorialNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item 115907
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 24 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 ZOUWOfX Connecticut
County of Hartford )ss.
On ._ Auglist 24 20_1$, before me, Savkham Chant asone
Notary Public, personally appeared .tnchua Sanford
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.
Connecticut
I certify under PENALTY OF PERJURY under the laws of the State of QgilikxxiAthat the foregoing
paragraph is true and correct.
WITNESS my hand,anrj official seal. SAYKHAM CHANTHASONE
>r`
{ NOTARY l'rllff,]C - (T165366
My Cn4AMISOWN r_XPIOES 00T. 31, 2018
---µSignature— - -- - - - (seal)
Saykham Chanthasone, Notary Public
Fleenor Qelco Electric, Inc. — — —J— .� Page X3..3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE; COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Alza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUAL'L'Y AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland, in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
Assistant Secretary
Joshua Locker
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
^woatr ap atl0j+ EFC8
«.• �, � � $t ruse 1�i'
'va,I,1i,Y,•m
Vice President
Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKE., Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Scals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said
Corporations.
IN TIiSTIMON Y WI II RIiOF, 1 have, hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
Disclosure Statement ZURICH
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www.zurichnaproducercom pensation. com
or call the following toll-free number: (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U (3U -874-A GW (06111)
Pay o 1 of I
December 16, 2019
Elecnor Belco Electric, Inc.
Attn: John Wong
14320 Albers Way
Chino, CA 91710
Subject 2017-2018 Streetlight Improvement Project - C-6269
Dear Mr. Wong:
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1949-6443039Fnx
newportbeachca,gov
On October 8, 2019 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
October 10, 2019, Reference No. 2019000395463. The Surety for the bond is Fidelity and
Deposit Company of Maryland and the bond number is 9295305. Enclosed is the Labor
& Materials Payment Bond.
Sincerely,
�p
Leilani 1. Brown, MMC
City Clerk
Enclosure
Premium Included on Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. s225aoa
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for mobilization;
providing traffic control; distributing construction notifications; concrete improvements;
installing, removing, and relocating street lighting facilities; furnishing and installing street
lighting facilities and appurtenances; restoring concrete and grout caps; potholing existing
utilities; and all other items to complete work in place 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,
Fidelity and Deposit Company of Maryland 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 Four
Hundred Seventy Eight Thousand Fifteen Dollars ($478,015.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount payable
by the City of Newport Beach under the terms of the Contract; for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
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
Elecnor Belco Electric, Inc. Page A-1
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 24th day of August 2018 .
Elecnor Belco Electric Inc. -.._
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor Schaumburg IL 60196 - 1056
Address of Surety
(847)605-6000
Telephone
APPROVED AS TO FORM:
CITY ATT RNEY'S OFFICE
Date: r c' I " , '_.-
_ --
Aaron C. Harp u . ogts,t
City Attorney
-, - -' —
Authorized Signature[Title
_y
f
Authol�e� ent Sigrtataro
i`
Joshua Sanford, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
_._----.__...._
Fleenor Belco Electric, Inc. Page A-2
CALIFORNIA ALL-PURPOSE 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 Sart Bernardino )
On August 28, 2018 before me, Guadalupe L. Sandoval 'Notary Public'
Date Here Insert Name and Title of the Officer
personally appeared Alberto Garcia ExecutiveVP
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(4 whose name(, &7S are
subscribed to the within instrument and acknowledged to me that Wshe/they executed the same in
&/her/their authorized capacity(06), and that by k'her/their signature(4 on the instrument the personA,
or the entity upon behalf of which the personas) acted, executed the instrument.
GUADALUPE L SANDOVAL
Notary Public - California a
San Bernardino County >
Commission x 2193154
My Comm. Expires Apr 22.2021
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 se
Signature
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is, optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: City of Newport Beach Bond No. 929.5305 Labor and Materials Payment Bond
Document Date: 08-24-2018 Number of Pages: ! _
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
CI Corporate Officer — Title(s):
❑ Partner — ❑ Limited LI General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
LJ Other:
Signer Is Representing: _
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual EI Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing: _-
x^�:cnvr_�s�,c-ex�v'�...=c3>y_tauxxv�-c,t;ros.ti�:4�rsxc-rw�o.c..a'rx,�
02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
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 EGff=i�K Connecticut
County of Hartford } ss.
On Auqust 24 201_ before me, Saykham Chanthasone ,
Notary Public, personally appeared Joshua Sanford _
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.
Connecticut
I certify under PENALTY OF PERJURY under the laws of the State ofo'YaiKxlx)iX that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
SAYKHA N11 f'ti,4N t'I iA30Nf-:
_ !_ )' Iliti ?iib
Signature My COMMISSIOtA i-XPlllus llCf. :I I. Zf1111 (seal)
Saykham Chanthasone, Notary Public
Elecnor Belco Electric, Inc. Page A-3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN 13Y THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL, AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne MCMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
Assistant Secretary
Joshua Lecker
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
M�4t[t, �,0 0(reJ` a•4pr?1N5tiy 0e
Vice President
Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICRAEL
BOND, Vice President, and JOSHUA LECKF.R, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, depuseth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said
Corporations.
IN TESTIMONY WI IEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
rt v
l.rrn<ilvi.rL Q :.).......
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
Disclosure Statement ZURI 11
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www.zurichnaproducercompensatfon.com
or call the following toll-free number: (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U -GU -874-A Cw (06/11)
Page 1 of 'I
Batch 5272747 Confirmation
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Page 1 of 3
Recorded in Official Records, Orange County
Hugh Nguyen, Clerk -Recorder
Il1111llll111l I1111lllllll1[1111111111l IIJI I 111111111111 lllllll NO FEE
.$ R 0 0 1 1 1 s 1 c c 3 s.
201900039546310:30 am 10110119
90 SC5 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 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 Elecnor Belco Electric, Inc., Chino,
California, as Contractor, entered into a Contract on July 10, 2018. Said Contract set
forth certain improvements, as follows:
2017-2018 Streetlight Improvement - C-6269
Work on said Contract was completed, and was found to be acceptable on
October 8. 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
ublic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on 00TW It, A019
t at Newport Beach, California.
https://gS.Secure-recording.com/Batch/Confirmation/5272747 10/10/2019
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 Elecnor Belco Electric, Inc., Chino,
California, as Contractor, entered into a Contract on July 10, 2018. Said Contract set
forth certain improvements, as follows:
2017-2018 Streetlight Improvement - C-6269
Work on said Contract was completed, and was found to be acceptable on
October 8, 2019, by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Fidelity and Deposit Company of Maryland.
No
Public Works Director
City of Newport Beach
VERIFICATION
certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. /� U
Executed on h , /��� 1 at Newport Beach, California.
= WIN!
.vms� W,54k", si
•
CITY CLERK
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 20th day of June 2018,
at which time such bids shall be opened and read for
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
$485,000.00
Engineer's Estimate
Approved y
Mark Vukojevic
City Engineer
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
http://www.planetbids.com/portal/portal.cfm?CompanylD=22078
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" OR "C-10"
For further information, call Kathryne Cho, Proiect Manager at (949) 644-3014
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca.gov/qovernment/open-transparent/online-services/bids-rfps-
vendor-registration
Citv of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
TABLE OF CONTENTS
NOTICE INVITING BIDS..........................................................................................Cover
INSTRUCTIONS TO BIDDERS...................................................................................... 3
BIDDER'S BOND............................................................................................................ 6
DESIGNATION 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 TO SUCCESSFUL BIDDER........................................................................... 22
CONTRACT.................................................................................................................. 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
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
INSTRUCTIONS TO BIDDERS
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)
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; Contractorshall 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 copies must
be submitted to the City Clerk's Office by the Bid Opening Date.
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
3
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.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 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
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
738518, A, B, C-10 John WongNice President
Contractor's License No. & Classification
1000004804
DIR Reference Number & Expiration Date Date
Elecnor Belco Electric, Inc.
Bidder
5
0
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
to to 7��l:iila:�
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of Ten Percent of Amount Bid
Dollars ($ 10% ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of 2017-2018
STREETLIGHT IMPROVEMENT, Contract No. 6269 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 stn day of June 2018.
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor, Schaumburg, IL 60196-1056
Address of Surety
(847) 605-6000
Telephone
Vice vc&�Am�
Author' ignature/Ti e
Authori gent Sign
Joshua Sanford, Attomey-in-Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
ACKNOWLEDGMENT
■■rrrwrrwrrrrrrrrrrrwrrrrwwwwrrrrrrrwwrrrrwwwrwrrrrrrrrrrrwwrrrrrrrrrwrrrrwwrr■
State of California
County of Y\ SS.
On 3oe `i �2t(-� before�me, 0\MC\ C 11 Qa , Notary Public,
personally appeared UNUV 1.u1
,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.
WITNE h d nd official seal.
Sign e
OLIVIA CHEA
/ ��t Commission No.2107474
z °y NOTARY PUBLIC -CALIFORNIA —
b SAN BERNARDINO COUNTY
My Comm. Expires APRIL 18. 2019
.�.��. (Seal)
rrrwwwrwrrwrrwwwwrwrrrrwrwrwwwwrwrrrrrwrwrwrrrrwwwwwwrrrrrrwwrrwwwrrrwwrwwwwrw■
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
OPTIONAL INFORMATION
Paper Identification
Thumbprint of Signer
Check here if
no thumbprint
or fingerprint
Power of Attorney is available.
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
ACKNOWLEDGMENT
...............................................................................
Connecticut
State ofCaffwrttat
County of Hartford } ss.
On June 8, 2018 before me, Saykham Chanthasone , Notary Public,
personally appeared Joshua Sanford
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 ha nd official seal. SAYKHAM CHANTHASONE
NOTARY PUBLIC - CT 165366
My COMMISSION EXPIRES OCT. 31, 2018
Signa ure ykh m Chanthasone, Notary Public
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity of Signer:
Trustee
_ Power of Attorney
_ CEO/CFO/COO
President/ Vice -President/ Secretary/Treasurer
Other:
Other
0
Thumbprint of Signer
Ej Check here if
no thumbprint
or fingerprint
is available.
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Brian PETERS, Danielle D.
JOHNSON, Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut,
EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and
deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as
binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the
regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of March, A.D. 2018.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
V GE�ps� y_y4.
ONO
SEAL
.NOilli: u; ; G : _
t9ae . _
f #i�,va�
Assistant Secretary Vice President
Joshua Lecker Michael Bond
State of Maryland
County of Baltimore
On this 12th day of March, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, l have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
INr' 7�'STIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this : day of20jf'.
01 INSt,
VW
David McVicker, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
CitV of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
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 Contractors 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.
Elecnor Belco Electric, inc.
Bidder
resident
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
er's Name Elecnor Belco Electric, Inc.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $120,000, provide the following information:
No. 1
Project Name/Number Street Light Modernization Program, SP2406
Project Description Streetlight
Approximate Construction Dates: From April 2018 To: In Progress
Agency Name
City of Santa Monica
Contact Person Robert Zak Telephone (310j 458-2283
Original Contract Amount $1,493,142 Final Contract Amount $ In Progress
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
10
No. 2
Project Name/Number Westside Unit 2 Series to Multiple High Voltage Conversion FY2016-17, W.O. L1649431
Project Description Streetlight
Approximate Construction Dates: From October 2017 To: In Progress
Agency Name City of Los Angeles
Contact Person Robert Tom Telephone (213) 847-1811
Original Contract Amount $2,279,074 Final Contract Amount $ In Progress
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Number Green River Road Widening, Project No. 48-1106
Project Description Traffic Signal and Streetlight
Approximate Construction Dates: From July 2015 To: July 2016
Agency Name City of Corona
Contact Person Dennis Rails
Telephone (951) 739-4888
Original Contract Amount $769,356 Final Contract Amount $ 800,119.35
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra Work Initiated by the Agency
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
11
No. 4
Project Name/Number Ocean View Boulevard Rehabilitation Project, Specification No. 3600
Project Description Traffic Signal and Streetlight
Approximate Construction Dates: From June 2017
To: March 2018
Agency Name City of Glendale
Contact Person Sarkis Oganesyan Telephone (818) 548-3945
Original Contract Amount $509,118 Final Contract Amount $ 578,504
If final amount is different from original, please explain (change orders, extra work, etc.)
Extra Work Initiated by the Agency
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. 6
Project Name/Number 1-15 La Mesa/Misqualli Interchange
Project Description Traffic Signal,Streetlight, Ramp Metering, 96 Strand Fiber Optic Cable/Terminatelrest (2,000')
Approximate Construction Dates: From August 2013 To: March 2014
Agency Name City of Victorville
Contact Person Greg Heldreth Telephone (760)243-6360
Original Contract Amount $ 386,829 Final Contract Amount $ 464,602
If final amount is different from original, please exp(change orders, extra work, etc.)
Extra Work Initiatelaind by the Agency
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
12
No. 6
Project Name/Number Los Serranos Infrastructure Improvements
Project Description Streetlight
Approximate Construction Dates: From April 2018 To: In Progress
Agency Name City of Chino Hills
Contact Person Mark Raab Telephone (gog) 364-2746
Original Contract Amount $ 356,000 Final Contract Amount $ In Progress
If final amount is different from original, please explain (change orders, extra work, etc.)
N/A
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If ye� briefly explain and indicate outcome of claims.
0
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.
Elecnor Belco Electric, Inc.
Bidder
13
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of San Bernardino)
John Wong being first duly sworn, deposes and says that he or she is
Vice President of Elecnor Belco Electric. Inc. , 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 alifom(a that the foregoing is true and correct.
Elecnor Belco Electric, Inc. John Won Nice Presid
Bidder Lit orize"Sigturerritle
Subscribed and sworn to (or affirmed) before e o thiy of-a)nQ 2018
by Sohny d v ved to me on the basis of
satisfactory evidence t e the person(s) who appeared before me.
I certify under PENALTY OF PERJURY under the laws of the S o alifornia that the foregoing
paragraph is true and correct.
OLIVIA CHEA
commission No. 2107474 z Notary Public
NOTARY PUBLIC -CALIFORNIA 00
[SEAL]SAN BERNARDINO COUNTY
My Comm. EXPwas APRIL 18. 2019 , q
My Commission Expires:
14
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
DESIGNATION OF SURETIES
Bidder's name Elecnor Belco Electric Inc.
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Zurich American Insurance Company Willis Towers Watson
Hentz
Erin Kiernan
777.S. Figueroa St, Suite 3900 10 State House Square, Floor 11
Los Angeles, CA 90017 Hartford, CT 06103
213-270-0757
15
860-843-5404
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Elecnor Belco Electric, Inc.
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2017
2016
2015
2014
2013
Total
2018
No. of contracts
17
48
35
45
50
34
229
Total dollar
Amount of
$14M
$42M
$35M
$45M
$40M
$45M
$221M
Contracts (in
Thousands of $
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
0
0
0
No. of lost
workday cases
0
0
0
0
0
0
0
involving
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Legal Business Name of Bidder
Business Address:
Business Tel. No.:
State Contractor's License No. and
Classification:
Elecnor Belco Electric, Inc.
14320 Albers Way. Chino CA 91710
909-993-5470
738518, A,B, C-10
Title
The above information was compiled from the records that are available to me at this time
_ and I declare under penalty of perjury that the information is true and accurate within the
- _ limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the 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
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
arrdino }
On � LVbefore me, Olivia Chea, Notary Public
ewmsert name arra elle of thea cei
personally appeared John Wong
who proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) Is re subscribed to the within instrument and acknowledged to me that
(QBhe/they executed the same in Is er/their authorized capacity(ies), and that by
Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
certify under PENALTY OF PERJURY under the laws of the State of California that
the foregoing paragraph is true and correct.
WITNESS and a d official seal.
OLIVIA CHEA
Curmnission No.2107474 rzi
NOTARY PUBLIC -CALIFORNIA E
SAN BERNARDINO COUNTY
Not P CSI nature My Comm.EExpires APRIL 18, 2019
ry g (Notary Public Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
((Title or d F ipb �attached document)
(Tille or description of attached document confinued)
of Pages Document Date
CAPACITY CLAIMED BY THE SIGNER
❑ Individual (s)
E Corporate Officer
Vice President
(Title)
❑ Partner(s)
❑ Attomey-in-Fact
❑ Trustee(s)
❑ Other
INSTRUCTIONS FOR COMPLETING THIS FORM
This form complies with current California statutes regarding notary wording and,
ifneeded, should be completed and attached to the document. Acknolwedgents from
other states may be completedfor documents being sent to that state so long as the
wording does not require the California notary to violate California notary law.
• 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 (te.
He/she/grey- is /are ) or circling the correct forms. Failure to correctly indicate this
information may [cad 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.
P Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
b Indicate title or type of attached document, number of pages and date.
O 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.
UNANIMOUS WRITTEN CONSENT IN LIEU OF
2016 ANNUAL MEETING OF THE BOARD OF DIRECTORS
OF
ELECNOR BELCO ELECTRIC, INC.
March 1, 2016
The undersigned, being all of the members of the Board of Directors (the "Board") of Eleenor
Belco Electric, Inc., a California corporation (the "Company"), in lieu of holding a meeting of the Board,
hereby take the following actions and adopt the following resolutions by unanimous written consent:
WHEREAS, the Board has determined that it is in the Company's best interests to appoint a
revised slate of Officers of the Company.
NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are,
elected to the offices set forth opposite their respective names, to hold such offices until their respective
successors are elected and qualified at or before the next annual meeting of the Board, or until their earlier
respective deaths, resignations or removals:
President and Chief Executive Officer
Chief Financial Officer
Executive Vice President
John Wong
Secretary
Roger DeVito
Juan Bravo
Jeroni Gervilla
Alberto Garcia
Vice President for Construction
Pedro E.nrile
Assistant Secretary
FURTHER RESOLVED, that Juan Bravo, Jeroni Gervilla and Alberto Garcia in their respective
capacities of President and CEO, Chief Financial Officer and Executive Vice President subject to such
supervisory powers of the Board of Directors, hereby are authorized and directed to perform all the duties
commonly incident to that office; shall have authority to execute in the name of the Corporation contracts,
leases and other written instruments to be executed by the Corporation; and, shall perform such other
duties as the Board of Directors may from time to time determine.
AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the
Company on behalf of and in the name of the Company, relating to the conduct of the business of the
Company, the expenditure of money, the making of contracts and all other acts taken or omitted in the
performance of their duties to the Company be, and the same hereby are, in all respects, approved, ratified
and affirmed, as of the date taken, done or omitted, respectively.
The actions taken by the Board Consent shall have the same force and effect as if taken by the
undersigned at a meeting of the Board of Directors, duly called and constituted pursuant to the Bylaws of
the Corporation and the laws of the State of California. This Board Consent may be executed in
counterparts, each of which steal l be deemed an original, but all of which together shall constitute one and
the same document.
[SIGNATURE PAGE FOLLOWS]
IN WITNESS WHEREOF, the undersigned, being all of the members of the Board of Directors
of Elecnor Belco Electric, Inc., have executed these actions by written consent as of the date first written
above.
— IL V:�=
Argimiro Ra t
o/.
Direc or Ignacio Pr. Qo, Di ector
Jose Miguel Franco, Director
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Elecnor Belco Electric, Inc.
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
ddendum No. Date Received Signature
18
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
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: Corporation
Business Address: 14320 Albers Way, Chino, CA 91710
Telephone and Fax Number: 909-993-5470, 909-993-5476
California State Contractor's License No. and Class: 738518 A, B, C-10
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 4/15/1997 Expiration Date: 07/31/2019
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:
Ralph Antuna/Superintendent
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
John Wonq Vice President 14320 Albers Way, Chino, CA 91710 909-993-5470
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:
N/A
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.
No
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 compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes K9
20
Are any claims or actions unresolved or outstanding? Yes (�
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.
Juan Bravo
(Print name of Owner or President
of _ rporatyon Company
Elecnor Belco Electric, Inc. John Wong/Vice President
Bidder
--Vice Sresicjent
Title
6/18/18
Date
On �nC 1�, W�� before me, C I l406 Notary Public, personally appeared
\WdYI4 , who proved to me on the basis of
satisfactory evidence to be th person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WIT ! S mymy nl seal.
Lr7ln
e
(SEAL) �z Commission No.2107474
Nota ublic in and for said State In� e.? .« `'
ry Y �s, �/ NOTARY PUBLIC -CALIFORNIA ,
. / SAN BERNARDINO COUNTY
My Comm. ExPlreS APRIL 19, 2079
My Commission Expires:1\1120
21
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
2017-2018 STREETLIGHT IMPROVEMENT
CONTRACT NO. 6269
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 10th day
of July, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and Elecnor Belco Electric, Inc.,
a California corporation ("Contractor"), whose address is 14320 Albers Way, Chino,
California 91710, 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 mobilization; providing
traffic control; distributing construction notifications; concrete improvements;
installing, removing, and relocating street lighting facilities; furnishing and installing
street lighting facilities and appurtenances; restoring concrete and grout caps;
potholing existing utilities; and all other items to complete work in place (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. 6269, 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 Four Hundred Seventy Eight Thousand Fifteen Dollars
($478,015.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 Any expense incurred as a result of any suspension or
discontinuance of the Work, but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and
which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times during
the term of the Contract. Contractor has designated John Wong 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
Elecnor Belco Electric, Inc. Page 2
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.
7.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attention: John Wong
Elecnor Belco Electric, Inc.
14320 Albers Way
Chino, CA 91710
Elecnor Belco Electric, Inc. Page 3
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.
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.
Elecnor Belco Electric, Inc. Page 4
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
In accordance with the California Labor Code (Sections 1770 of seq.), the Director
of Industrial Relations has ascertained the general prevailing rate of per diem wages in
the locality in which the work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the contract. A copy of said determination is
available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. All parties to the contract shall be
governed by all provisions of the California Labor Code — including, but not limited to, the
requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the
prevailing wage rates shall be posted by the Contractor at the job site.
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
Elecnor Belco Electric, Inc. Page 5
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),
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
Elecnor Belco Electric, Inc. Page 6
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
16.7 Nothing in this Section or any other portion of the Contract Documents shall
be construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order after
the change order is executed and notification to proceed has been provided by the City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") 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 seg., 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 parry 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 parry 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 parry may terminate the Contract forthwith by giving to the defaulting parry
written notice thereof.
Elecnor Belco Electric, Inc. Page 7
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days' prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs incurred
up to the effective date of termination for which Contractor has not been previously paid.
On the effective date of termination, Contractor shall deliver to City all materials
purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in accordance
with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of the Contract or any other rule of construction which
might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a written
document executed by both Contractor and City and approved as to form by the City
Attorney.
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall govern
this Contract and all matters relating to it and any action brought relating to this Contract
shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of
California.
Elecnor Belco Electric, Inc. Page 8
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
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]
Elecnor Belco Electric, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: JAL.{Z4. 2oia
7-1 di
/°"By
Aaron C. a p (MA p-1
City Atto
ATTEST:`,'
Date:
By: 444c- l
6m=—
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: 927208
Marshall "Duffy" Duffield
Mayor
CONTRACTOR: Elecnor Belco Electric,
Inc., a California corporation
Date:
Signed in Counterpart
By:
John Wong
Vice President
Date:
BV:
Signed in Counterpart
Roger Devito
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Elecnor Belco Electric, Inc. 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: fA L4 2G. 20 re
�N,,, w� a�1�4no-
o' Aaron C. a p
City Atto
ATTEST:
Date:
By:
Leilani I. Brown
City Clerk
[END OF
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Marshall "Duffy" Duffield
Mayor
CONTRACTOR: Elecnor Belco Electric,
Inc., a California corporation
Date:
By:
XNXXA&Xg( Alberto Garcia
Exec. Vice President
Attachments: Exhibit A — Labor and Materials Payment Bond
Exhibit B — Faithful Performance Bond
Exhibit C — Insurance Requirements
Elecnor Belco Electric, Inc. Page 10
Premium Included on Performance Bond
EXHIBIT A
CITY OF NEWPORT BEACH
BOND NO. A2gsi3n5
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for mobilization;
providing traffic control; distributing construction notifications; concrete improvements;
installing, removing, and relocating street lighting facilities; furnishing and installing street
lighting facilities and appurtenances; restoring concrete and grout caps; potholing existing
utilities; and all other items to complete work in place 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,
Fidelity and Deposit Company of Maryland 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 Four
Hundred Seventy Eight Thousand Fifteen Dollars ($478,015.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount payable
by the City of Newport Beach under the terms of the Contract; for which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
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
Elecnor Belco Electric, Inc. Page A-1
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Contract or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 24th day of August , 2018 . `
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor Schaumburg IL 60196 - 1056
Address of Surety
(847)605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTQ N Y'S O FICE
Date: `(51 Z006
By. QA,. &
For. Aaron C. Harp uw oats lr�
City Attorney
Authorized Signature/Title
A edent Sic ruaia�e
Joshua Sanford, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, Inc. Page A-2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of San Bemardino )
On August 28, 2015 before me, Guadalupe L. Sandoval "Notary Public"
Date Here Insert Name and Title of the Officer
personally appeared Alberto Garcia ExecutiveVP
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person((f whose name(¢] (Ware
subscribed to the within instrument and acknowledged to me that afshe/they executed the same in
0/her/their authorized capacity(jA), and that by KWher/their signature(4 on the instrument the personA,
or the entity upon behalf of which the person) acted, executed the instrument.
GUADALUPE L. SANDOVAL
Notary Public _ California z
San Bernardino County a
Commission+21 ii '.4
My Comm. ExPires Apr 22.2021
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 se
Signature DL
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: city of Newf
Document Date: 08-24-2018
Signer(s) Other Than Named Above:
Beach Bond No. 9295305 labor and Materials Payment Bond
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:
Number of Pages: I
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
I7 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
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 0Gff0Wi1X Connecticut
(seal)
County of Hartford )Ss.
On August 24 20_lB___ before me, Saykham Chanthasone
Notary Public, personally appeared Joshua Sanford
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.
Connecticut
I certify under PENALTY OF PERJURY under the laws of the State of) 0li(0(ooia that the foregoing
paragraph is true and correct.
WITNESS my h d a Cial
SAYKHAM CHANTHASONE
NOTARY PUBLIC - CT 165366
gn ure
MY COMMISSION EXPIRES OCT. 31. 2018 (seal)
Saykha ha thasone, Notary Public
Elecnor Belco Electric, Inc. Page A-3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
SEAL --�- rptowsALP
Assistant Secretary vice President
Joshtca Lecker Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and 1 do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have her unto subscribed my name and affixed the corporate seals of the said Companies,
this >4 day of 17AA n} , 20.
iiia"w. avHtr�.
.`' ear"!n g'•oifl"., �2q,,s
• = i}yll1g�?
:,q nr t;;aoti/�'ss SEAL 7
tcce
`_...
<--) /A iN ,
David McVicker, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
Addmb
MM
IVAN
m
Disclosure Statement ZURICH
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www.zurichnaproducercompensation.com
or call the following toll-free number: (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U -GU -874-A CW (06111)
Page 1 of 1
EXHIBIT B
CITY OF NEWPORT BEACH
BOND NO. 9295305
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,080,00 , being at the
rate of $ 3.87/Tiered Rate per thousand of the Contract price.
WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor
Belco Electric, Inc. hereinafter designated as the "Principal," a contract for mobilization;
providing traffic control; distributing construction notifications; concrete improvements;
installing, removing, and relocating street lighting facilities; furnishing and installing street
lighting facilities and appurtenances; restoring concrete and grout caps; potholing existing
utilities; and all other items to complete work in place 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 Fidelity and Deposit Company of Maryland
, 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 Four
Hundred Seventy Eight Thousand Fifteen Dollars ($478,015.00) lawful money of the
United States of America, said sum being equal to 100% of the estimated amount of the
Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which
payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Contract Documents and any alteration thereof made as therein
provided on its part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to its true intent and meaning, or fails to indemnify,
defend, and save harmless the City of Newport Beach, its officers, employees and agents,
as therein stipulated, then, Surety will faithfully perform the same, in an amount not
exceeding the sum specified in this Bond; otherwise this obligation shall become null and
void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys' fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Elecnor Belco Electric, Inc. Page B-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Contract or
to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 24th day of August ,20 18
Elecnor Belco Electric, Inc.
Name of Contractor (Principal)
Fidelity and Deposit Company of Maryland
Name of Surety
1299 Zurich Way, 5th Floor, Schaumburg IL 60196 - 1056
Address of Surety
(847)605-6000
Telephone
APPROVED AS TO FORM:
CITY ATTOEY'S OFFICE
Date- S 2.0119
Authorized Signat
.:,'IbCf�i1 Q�11k1'C10.� �.4fCYIC.L��'/+dICiQ�i
Lrize Agen ' na ur
By:a'., 7s�f��.
FW.,Aaron C. Harp wn,rls�h t
City Attorney
Joshua Sanford- Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
Elecnor Belco Electric, Inc. Page B-2
=11.11FORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California )
County of San Bernardino )
On August 28, 2018 before me, Guadalupe L. Sandoval 'Notary Public'
Date Here Insert Name and Title of the Officer
personally appeared Alberto Garcia Executive VP
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the personw whose name) @are
subscribed to the within instrument and acknowledged to me that roshe/they executed the same in
t0her/their authorized capacity04, and thatb cher/their signatur4 on the instrument the person,
or the entity upon behalf of which the persongacted, 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.
GUADALUPE L.SANOOVAL WITNESS my hand and official seal.
Notary Public - CaWornia
San Bernardino County
+C Commission s 2193154 Signature
My Comm. Expires Apr 22, 2021 Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: City of Newport Beach Bond No. 9295305 Perfonnance Bond
Document Date: 08-24-2018 Number of Pages: l
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
O Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other.
Signer Is Representing:
eihu vhy c: \e, _ tiSO ft—Vii
�q i'vAei
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 9kikifal ift Connecticut
County of Hartford ) SS.
On Augi,st 24 20_j.L_ before me, Savkham Chanthasone
Notary Public, personally appeared .Inshna Sanford
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.
Connecticut
I certify under PENALTY OF PERJURY under the laws of the State of Q dgn® i that the foregoing
paragraph is trueA0 correct.
WITNESS
Chanthasone, Notary Public
SAYKHAM CHANTHASONE
NOTARY PUBLIC- CT ]65366
MY COMMISSION EXPIRES OCT. 31, 2818
(seal)
Elecnor Belco Electric, Inc. Page B-3
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
MICHAEL BOND, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which
are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate,
constitute, and appoint Donna M. PLANETA, Joshua SANFORD, Aimee R. PERONDINE, Aiza LOPEZ, Danielle D. JOHNSON,
Michelle Anne McMAHON, Saykham CHANTHASONE and Noah William PIERCE, all of Hartford, Connecticut, EACH its true
and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 9th day of July, A.D. 2018.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
,N��N i�D yyry
tel} �a OE►per �(� •« �
SEAL
�p�
ink
ALP
Assistant Secretary Vice President
Joshua Lecker Michael Bond
State of Maryland
County of Baltimore
On this 9th day of July, A.D. 2018, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, MICHAEL
BOND, Vice President, and JOSHUA LECKER, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2019
POA -F 063-9180A
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Pact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this aM_day ofOA, IJ Ik_,20_AL.
rn, •� ;�l Jo. BPiAL
1
David McVicker, Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED
INFORMATION TO:
Zurich American Insurance Co.
Attn: Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
m
Disclosure Statement ZURICH
NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION
If you want to learn more about the compensation Zurich pays agents and brokers visit:
http://www.zurichnaproducercompensation.com
or call the following toll-free number: (866) 903-1192.
This Notice is provided on behalf of Zurich American Insurance Company
and its underwriting subsidiaries.
U -GU -874-A CW (06111)
Page 1 of 1
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor agrees
to provide insurance in accordance with requirements set forth here. If Contractor
uses existing coverage to comply and that coverage does not meet these
requirements, Contractor agrees to amend, supplement or endorse the existing
coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of the
subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers.. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
Elecnor Belco Electric, Inc. Page C-1
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers and
insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials, employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days' notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
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
Elecnor Belco Electric, Inc. Page C-2
(10) regular City business days after the date on the "Notification of Award".
Insurance certificates and endorsements must be approved by City's Risk
Manager prior to commencement of performance. Current certification of
insurance shall be kept on file with City at all times during the term of this
Contract. City reserves the right to require complete, certified copies of all
required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees
that any actual or alleged failure on the part of City to inform Contractor of
non-compliance with any requirement imposes no additional obligations on
City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage normally
provided by any insurance. Specific reference to a given coverage feature
is for purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available proceeds in excess of specified minimum limits of insurance and
coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any
self-insured retentions on any portion of the insurance required herein and
further agrees that it will not allow any indemnifying party to self -insure its
obligations to City. If Contractor's existing coverage includes a self-insured
retention, the self-insured retention must be declared to City. City may
Elecnor Belco Electric, Inc. Page C-3
review options with Contractor, which may include reduction or elimination
of the self-insured retention, substitution of other coverage, or other
solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Contract, or to suspend Contractor's right to proceed until proper evidence
of insurance is provided. Any amounts paid by City shall, at City's sole
option, be deducted from amounts payable to Contractor or reimbursed by
Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Contract, and that involve or may involve coverage
under any of the required liability policies. City assumes no obligation or
liability by such notice, but has the right (but not the duty) to monitor the
handling of any such claim or claims if they are likely to involve City.
I. Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to apply
to the full extent of the policies. Nothing contained in this Contract or any
other agreement relating to City or its operations limits the application of
such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this or
any other Contract or agreement with City. Contractor shall provide proof
that policies of insurance required herein expiring during the term of this
Contract have been renewed or replaced with other policies providing at
least the same coverage. Proof that such coverage has been ordered shall
be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be provided
to City with five (5) calendar days of the expiration of the coverages.
Elecnor Belco Electric, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 8/6/18 Dept./Contact Received From: Raymund
Date Completed: 8/6/18 Sent to: Raymund By: Alicia
Company/Person required to have certificate: Elecnor Belco Electric, Inc.
Type of contract: Public Works
1. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/17-11/1/18
A.
INSURANCE COMPANY: Hartford Underwriters Ins Co
B.
AM BEST RATING (A-: VII or greater): A+; XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
® Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
1M/21vf/2M
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
® Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
N/A
F.
not apply to Waste Haulers or Recreation)
® Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
® N/A ❑ Yes ❑ No
G.
COMPLETED OPERATIONS ENDORSEMENT (completed
❑ N/A ❑ Yes ® No
H.
Operations status does not apply to Waste Haulers)
® Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
® Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
® Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence" wording?
❑ Yes ® No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
® N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A ® Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/17-11/1/18
A.
INSURANCE COMPANY: Hartford Casualty Ins Co
B.
AM BEST RATING (A-: VII or greater) A+: XV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
® Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
1M
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
® N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes ® No
H.
NOTICE OF CANCELLATION:
0 N/A 0 Yes ❑ No
WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 11/1/17-1111118
A. INSURANCE COMPANY: Hartford Fire Insurance
B. AM BEST RATING (A-: VII or greater): A+: XV
C. ADMITTED Company (Must be California Admitted):
D. WORKERS' COMPENSATION LIMIT: Statutory
E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
F. WAIVER OF SUBROGATION (To include): Is it included?
G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
H. NOTICE OF CANCELLATION:
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Servic4s
Broker of record for the City of Newport Beach
8106118
Date
® Yes ❑ No
® Yes ❑ No
1M
® Yes ❑ No
® N/A ❑ Yes ❑ No
❑ N/A ® Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than ;
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management
* Subject to the terms of the contract.
Date
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT
Contract No. 6269
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
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete Contract No. 6269 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:
6/18/18
Date
909-993-5470,909-993-5476
Bidder's Telephone and Fax Numbers
738518, A, B, C-10
Bidder's License No(s).
and Classification(s)
Bidder's email address: lwong@elecnor.com
Elecnor Belco Electric, Inc.
:..
i , John WongNice President
s 46thoNized Signature and Title
'4310 Albe;e-(Nay, Chino, CA 91710
Bidder's Address
City of Newport Beach
Page 1
2017-2018 STREETLIGHT IMPROVEMENT (C-6269), bidding on June 20, 2018 10:00 AM (Pacific)
Printed 06/20/2018
Bid Results
Bidder Details
Vendor Name Elecnor Belco Electric, Inc.
Address 14320 Albers Way
Chino, CA 91710
United States
Respondee John Wong
Respondee Title Vice President
Phone 909-993-5470 Ext.
Email jwong@elecnor.com
Vendor Type CADIR
License # 738518
CADIR 1000004804
Bid Detail
Bid Format Electronic
Submitted June 20, 2018 9:16:42 AM (Pacific)
Delivery Method
Bid Responsive
Bid Status Submitted
Confirmation # 145604
Ranking 0
Respondee Comment
Buyer Comment
Attachments
File Title File Name
File Type
Bid Proposal Bid Proposal to Agency.pdf
General Attachment
Bid Bond Bid Bond.pdf
Bid Bond
Line Items
Type Item Code UOM Qty Unit Price
Line Total Comment
BASE BID (PROJECT AWARDED ON BASE BID)
1 Mobilization
LS 1 $29,000.00
$29,000.00
2 Traffic Control
LS 1 $9,000.00 $9,000.00
3 Replace Existing Streetlight Standard w/ New Type IV Standard, Leotek 88W LED Luminaire
EA 4 $7,031.00 $28,124.00
4 Remove & Replace Existing Luminaire w/ New Leotek 47W 4,800 Lumen LED Luminaire
EA 61 $660.00 $40,260.00
5 Remove & Replace Existing Luminaire w/ New Leotek 53W 5,400 Lumen LED Luminaire
EA 12 $705.00 $8,460.00
PlanetSids, Inc.
City of Newport Beach
2017-2018 STREETLIGHT IMPROVEMENT (C-6269), bidding on June 20, 2018 10:00 AM (Pacific)
Bid Results
Type Item Code UOM Qty Unit Price
6 Remove & Replace Existing Luminaire w/ New Leotek 92W 9,300 Lumen LED Luminaire
EA 2 $744.00
7 Remove & Replace Existing Luminaire w/ New Leotek 88W 9,000 Lumen LED Luminaire
EA 32 $700.00
8 Rotate Existing Streetlight Standard
EA 1 $3,000.00
9 Extend Anchor Bolts
EA 1 $2,300.00
10 Remove Existing Pull Box & Install New #3 1/2 F Pull Box
EA 55 $350.00
11 Re -Grout and Restore Surface
EA 5 $1,247.00
12 Raise Existing Conduit
EA 1 $2,982.00
13 Remove Existing Pull Box
EA 7 $200.00
14 Furnish & Install New #3 1/2 F Pull Box
Page 2
Printed 06/20/2018
Line Total Comment
$1,488.00
$22,400.00
$3,000.00
$2,300.00
$19,250.00
$6,235.00
$2,982.00
$1,400.00
EA 115 $300.00 $34,500.00
15 Furnish & Install New Single -Meter Type III -BF Service Cabinet
EA 3 $7,300.00 $21,900.00
16 Re-establish Survey Marker in Existing Grout Cap
EA 1 $3,000.00 $3,000.00
17 Furnish & Install New Locks on All Streetlight Panel Doors
EA 111 $36.00 $3,996.00
18 Furnish & Install New 1-114" PVC Conduit w/ 2#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor
LF 3200 $24.00 $76,800.00
19 Furnish & Install New 1-114" PVC Conduit w/ 4#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor
LF 450 $30.00 $13,500.00
20 Furnish & Install New 1-1/4" PVC Conduit wl 6#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor
LF 250 $32.00 $8,000.00
21 Furnish and Install New 2#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor in Existing Conduit
LF 20000 $3.00 $60,000.00
Plane_6ids. Inc.
City of Newport Beach Page 3
2017-2018 STREETLIGHT IMPROVEMENT (C-6269), bidding on June 20, 2018 10:00 AM (Pacific) Printed 06/20/2018
I
Bid Results
Type Item Code UOM Qty Unit Price Line Total Comment
22 Furnish and Install New 4#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor in Existing Conduit j
ADDITIVE BID ITEM
34 Furnish 360 -degree shields (ADDITIVE BID ITEM)
EA
35 Furnish House Side Shields (ADDITIVE BID ITEM)
EA
Subcontractors
Name $ Address
V&E Tree Service
P.O. Box 3280
Orange, CA 92865
United States
Description
Trim Bush / Tree
20
40
License Num
654506
Plane -,,Bids, Inc.
$420.00
$420.00
Subtotal
Total
CADIR
1000001936
$8,400.00
$16,800.00
$25,200.00
$503,215.00
Amount Type
$3,000.00
LF
1150
$5.00
$5.750.00
23
Furnish and Install New 6#8 Stranded Copper Insulated Conductors and 1#8 Bare Copper Conductor in
Existing Conduit
LF
250
$7.00
$1,750.00
24
Install Conduit into Existing Pull Box.
EA
4
$1,000.00
$4,000.00
25
Remove Existing Series Conductors and Pull Box
EA
7
$500.00
$3,500.00
26
Remove Existing Series Conductors
LS
1
$5,000.00
$5,000.00
27
Trim Brush And/Or Tree
EA
6
$570.00
$3,420.00
28
Provide As -Built Drawings (Fixed Cost)
LS
1
$3,000.00
$3,000.00
29
Remove and Salvage Existing Series Service Disconnect
EA
2
$500.00
$1,000.00
30
Install Crosswalk Light and Luminaire Arm
EA
1
$1,000.00
$1,000.00
31
Furnish & Install 3" PVC Conduit
LF
50
$80.00
$4,000.00
32
Pothole in Concrete/Asphalt Roadways (Allowance)
LS
1
$25,000.00
$25,000.00
33
Pothole in Parkway (Allowance)
LS
1
$25,000.00
$25,000.00
Subtotal
$478,015.00
ADDITIVE BID ITEM
34 Furnish 360 -degree shields (ADDITIVE BID ITEM)
EA
35 Furnish House Side Shields (ADDITIVE BID ITEM)
EA
Subcontractors
Name $ Address
V&E Tree Service
P.O. Box 3280
Orange, CA 92865
United States
Description
Trim Bush / Tree
20
40
License Num
654506
Plane -,,Bids, Inc.
$420.00
$420.00
Subtotal
Total
CADIR
1000001936
$8,400.00
$16,800.00
$25,200.00
$503,215.00
Amount Type
$3,000.00
SP 1 OF 22
CITY OF NEWPORT BEACH aica'�
PUBLIC WORKS DEPARTMENT % 01/1 -1
SPECIAL PROVISIONS
FY 2017-2018 STREETLIGHT IMPROVEMENT PROJECT
CONTRACT NO. 6269
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. E -5077-S); (3) the City's
Standard Special Provisions (2004 Edition), including Supplements; (4) Standard
Specifications for Public Works Construction (2009 Edition), including Supplements; and
5) Caltrans Standard Specifications (Latest Edition). Copies of the Standard Special
Provisions may be purchased at the Public Works Department. Copies of the Standard
Specifications may be purchased from Building News, Inc., 1612 South Clementine
Street, Anaheim, CA 92802, 714-517-0970.
The following Special Provisions supplement or modify the Standard
Specifications for Public Works Construction as referenced and stated hereinafter:)
PART 1
GENERAL PROVISIONS
SECTION 2 ---SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of mobilization, providing traffic control, distributing construction
notifications, concrete improvements, installing, removing and relocating street lighting
facilities, furnishing and installing street lighting facilities and appurtenances, restoring
concrete and grout caps, potholing existing utilities, and all other items to complete work
in place."
2-9 SURVEYING
2-9.1 Permanent Survey Markers. The Contractor shall, prior to the beginning of work,
inspect the project for existing survey monuments and then schedule a meeting with the
Engineer to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
SP2OF22
Contractor's Licensed Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration.
Existing street centerline ties and property corner monuments are to be preserved. The
Contractor shall be responsible for the cost of restoring all survey ties and/or monuments
damaged by the work.
SECTION 3 ---CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 15
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall
be added for compensation for bonding.
(b) Work by Subcontractor. When all or any part of the extra work is performed
by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the
Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000
of the subcontracted portion of the extra work and a markup of 5 percent on work
added in excess of $5,000 of the subcontracted portion of the extra work may be
added by the Contractor.
SECTION 4 ---CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
4-1.3.4 Inspection and Testing. All material and articles furnished by the
Contractor shall be subject to rigid inspection, and no material or article shall be used in
the work until it has been inspected and accepted by the Engineer. The Contractor shall
furnish the Engineer full information as to the progress of the work in its various parts and
shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness
for inspection. Submittals are required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Specifications and these Special
SP3OF22
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner in
which the Contractor executed the work, such tests and inspections shall be paid for by
the Contractor.
SECTION 5 ---UTILITIES
5-1 LOCATION. Add the following after the 31d paragraph: "Upon completion of the work
or phase of work, the Contractor shall remove all USA utility markings."
5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or
cover is damaged by the Work and is not re -useable, the Contractor shall provide and
install a new pull or meter box or cover of identical type and size at no additional cost to
the City."
5-7 ADJUSTMENTS TO GRADE. The Contractor, at his cost, shall adjust or replace to
finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer
cleanouts and survey monuments. The Contractor, at his cost, shall replace all City -
owned water valve boxes, covers, and associated hardware with new 4TT boxes and
covers if damaged and/or needs to be adjusted to grade.
The Contractor will be required to contact Southern California Edison, The Gas Company,
AT&T, cable television, and other utility companies to have existing facilities adjusted to
finish grade. The Contractor shall coordinate with each utility company for the adjustment
of their facilities.
5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing street light
standards and luminaires, service disconnects, pull boxes, utility manhole (including
grade rings), meter or valve box covers, and all removed cast iron pipes as identified by
the Engineer. Salvaged materials shall be delivered to Utilities Yard at 949 West 16th
Street. The Contractor shall make arrangements for the delivery of salvaged materials
by contacting the City of Newport Beach Utilities Division at (949) 644-3011.
SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6-7, shall commence on the date
of the `Notice to Proceed."
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of ten working days prior to commencing any work. The schedule
may be bar chart or CPM style. The Contractor shall complete the new service
installations prior to commencing other items of work.
SP4OF22
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until the Contractor has exerted extra effort to meet the original schedule and has
demonstrated the ability to maintain the approved schedule in the future. Such stoppages
of work shall in no way relieve the Contractor from the overall time of completion
requirement, nor shall it be construed as the basis for payment of extra work because
additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work under
the Contract within 65 consecutive working days after the date on the Notice to
Proceed.
The Contractor shall ensure the availability of all material prior to the start of work.
Unavailability of material will not be sufficient reason to grant the Contractor an extension
of time for 100 percent completion of work."
6-7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 St
(New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday
in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first
Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday
and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas
Eve), December 25th (Christmas), and December 31 St (New Year's Eve). If January 1 St,
July 4th, November 11 th, December 24th, December 25th or December 31St falls on a
Sunday, the following Monday is a holiday. If January 1St, July 4th, November 11 th
December 24th December 25th or December 31 St falls on a Saturday, the Friday before is
a holiday.
If a working day conflicts with City -approved special events, the Contractor shall modify
working day/hours to accommodate said event.
6-7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m.,
Monday through Friday. All work requiring the closure of vehicular travel lane(s) along
Jamboree Road shat! take place between 9:00 a.m. and 3:00 p.m. only.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours prescribed
above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6:00 p.m. on Saturday only. A request for working
during any of these hours must be made at least 72 hours in advance of the desired time
period. A separate request must be made for each work shift. The Engineer reserves the
SP50F22
right to deny any or all such requests. Additionally, the Contractor shall pay for
supplemental inspection costs of $216.00 per hour when such time periods are approved.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$1,000.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute
agreement by the Agency and Contractor that $1,000.00 per day is the minimum value of
the costs and actual damage caused by the failure of the Contractor to complete the Work
within the allotted time.
The intent of this section is to emphasize to the Contractor the importance of prosecuting
the work in an orderly preplanned continuous sequence so as to minimize inconvenience
to residences, businesses, vehicular and pedestrian traffic, and the public as a result of
construction operations."
6-11 Sequence of Construction. All work pertaining directly to furnishing and installing
the service cabinets shall be completed prior to all other work. For each new service
location all coordination with Southern California Edison (SCE) and the City shall be
signed off and written confirmation provided to the Engineer from SCE documenting the
meter connection and energizing schedule. Work shall be completed to the satisfaction
of the Engineer prior to proceeding with the remaining scheduled work. The Contractor
shall be responsible for obtaining a written "Notice -to -Proceed" from the Engineer prior to
starting additional contract work. The Contractor shall schedule all work to minimize the
inconvenience to the public.
SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR
tE;111111 =101 =M &i k d =1 Ji El I . k il =1 Z M 1101=
7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during saw cutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at
hftp://www.newportbeachca.gov/publicworks."
7-8.6.1 Best Management Practices and Monitoring Program. The Contractor
shall submit a Best Management Practice (BMP) plan for containing any wastewater or
storm water runoff from the project site including, but not limited to the following:
SP6OF22
a. Not placing construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport Beach
will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7-8.7 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall
be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on
heavily traveled roadways, as determined by the Engineer, shall be pinned and recessed
flush with existing pavement surface."
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic
control and access in accordance with Section 7-10 of the Standard Specifications and
the Work Area Traffic Control Handbook (W.A.T.C.H.), latest edition, also published by
Building News, Inc.
Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must
be maintained at all times. The Contractor shall cooperate with the Engineer to provide
advance notice to any and all establishments whose access will be impacted by
construction operations, particularly sidewalk construction. The Contractor shall furnish
and install signage, barricades, delineators, yellow safety ribbon, and any other measures
deemed necessary by the Engineer to safely direct the public around areas of
construction, and into (and out of) the affected establishments. Such measures shall be
shown on the Detailed Traffic Control Plans (see Section 7-10.3)."
7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in City right-of-way or property if approved by the Engineer. It is the Contractor's
responsibility to obtain an area for the storage of equipment and materials. The
Contractor shall obtain the Engineer's approval of a site for storage of equipment and
materials prior to arranging for or delivering equipment and materials to the site. Prior to
move -in, the Contractor shall take photos of the laydown area. The Contractor shall
restore the laydown area to its pre -construction condition. The Engineer may require new
SP7OF22
base and pavement if the pavement condition has been compromised during
construction."
7-10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to the pre -
construction meeting - a traffic control plan showing typical closures and detour plans(s).
The Contractor shall be responsible for processing and obtaining approval of traffic
control plans from the City's Traffic Engineer. The Contractor shall adhere to the
conditions of the traffic control plan. Typical closures shall conform to the provisions of
the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic
control and detours shall incorporate the following items:
1. A traffic control plan is required for work along and affecting Jamboree Road
and shall be prepared and signed by a California registered Traffic Engineer.
2. Emergency vehicle access shall be maintained at all times.
3. All advanced warning sign installations shall be reflectorized and/or lighted.
4. The Contractor shall accommodate the City's trash collection. If the Contractor
elects to work on a street during its trash collection day, it shall be the
Contractor's responsibility to make alternative trash collection arrangements by
contacting the City's Refuse Superintendent, at (949) 718-3468 and all affected
property owners."
5. Sidewalk closures in nonresidential areas, or as determined by the City, shall
be set with barricades and SIDEWALK CLOSED signs on barricades at the
closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at
the closest crosswalk or controlled intersection.
6. Sidewalk closures in residential areas, or as determined by the City, shall be
set with barricades and SIDEWALK CLOSED signs on barricades at the
closure.
7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE
CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs
mounted on barricades in order on the approach and at the closure.
7-10.4 Safety
7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and
completely responsible for conditions of the job -site, including safety of all persons and
property during performance of the work, and the Contractor shall fully comply with all
State, Federal and other laws, rules, regulations, and orders relating to the safety of the
public and workers.
SP8OF22
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of the
adequacy of the Contractor's safety measures in, on, or near the construction site."
7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO
PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which
he shall post at least forty-eight hours in advance of the need for enforcement. The signs
will be provided at. no cost to the Contractor. However, the City reserves the right to
charge $2.00 per sign following any excessive abuse or wastage of the signs by the
Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police
Department at (949) 644-3717 for verification of posting at least forty-eight hours in
advance of the need for enforcement. The signs shall (1) be made of white card stock;
(2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of
Newport Beach "Temporary Tow -Away, No Parking" signs, which are available at
the Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO PARKING
-TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign
shall be reviewed and approved by the Engineer prior to posting.
7-10.6 Notices to Residents and Businesses. Ten working days prior to starting
work, the Contractor shall deliver a construction notice to residents and businesses within
500 feet of the project, describing the project and indicating the limits of construction. The
City will provide the notices.
Forty-eight hours prior to the start of construction, the Contractor shall distribute to the
residents and businesses a second written notice prepared by the City clearly indicating
specific dates in the space provided on the notice when construction operations will start
for each block or street, what disruptions may occur, and approximately when
construction will be complete. An interruption of work at any location in excess of 14
calendar days shall require re -notification. The Contractor shall insert the applicable
dates and times at the time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of
work, the Contractor shall possess a valid "A" or "C-10" Contractor's License. The
Contractor shall have maintained a contractor's license for at least five years and
completed, at a minimum, three comparable sized streetlight series conversion projects.
Projects and contacts shall be listed in the Technical Ability and Experience Reference
sheet. At the start of work and until completion of work, the Contractor and all Sub-
contractors shall possess a valid Business License issued by the City of Newport Beach.
SP9OF22
7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS. A stamped set of approved
plans and specifications shall be on the job site at all times. In addition, the Contractor
shall maintain "As -Built" drawings of all work as the job progresses. A separate set of
drawings shall be maintained for this purpose. These drawings shall be up-to-date and
reviewed by the Engineer at the time each progress bill is submitted. Any changes to the
approved plans that have been made with approval from the Engineer of Record or City
Inspector shall be documented on the "As -Built" drawings. It shall be the contractor's
responsibility to arrange for the appropriate changes to be made to the final drawing set,
and present both a corrected Mylar hard copy and a compact disc (CD) with each drawing
sheet saved as a .PDF as described in the City of Newport Beach Design Criteria
Standard Special Provisions & Standard Drawings for Public Works Construction 2004
edition (revised June 23, 2008).
The "As -Built" Mylar plans and CD shall be submitted and approved by the Engineer prior
to final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project. During
this time, the material shall be made available to the Engineer. Suitable facilities are to
be provided for access, inspection, and copying of this material.
SECTION 9 ---MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for
each item of work shown on the proposal shall include full compensation for furnishing
the labor, materials, tools, and equipment and doing all the work, including restoring all
existing improvements, to complete the item of work in place and no other compensation
will be allowed thereafter. Payment for incidental items of work not separately listed shall
be included in the prices shown for the other related items of work. Contract will be
awarded based on the lowest base bid received. The following items of work pertain
to the bid items included within the Proposal:
Item No. 1 Mobilization and Demobilization: Work under this item shall include, but not
be limited to, the cost of all labor, equipment, and material for mobilization, providing
bonds, insurance and financing, obtaining an equipment and material storage site,
construction surveying, preparing the BMP Plan, potholing and exploratory work,
preparing and updating construction schedule, providing submittals, attending all
construction meetings, demobilization, completing all reporting documents, and all other
related work as required by the Contract Documents.
Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, the
cost of all labor, equipment, and material for delivering all required notifications, posting
signs and notifying residents and businesses. In addition, the Contractor shall submit to
SP 10 OF 22
the Engineer - at least five working days prior to the pre -construction meeting - a traffic
control plan showing typical closures and detour plan(s). A traffic control plan is required
for work along and affecting Jamboree Road and shall be prepared and signed by a
California registered Traffic Engineer. The Contractor shall be responsible for processing
and obtaining approval of traffic control plans from the City's Traffic Engineer. The
Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall
conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H.), Latest Edition.
Item No. 3 Replace and Install New Type IV (29'-6") Standard (Ameron Cat. No. 1-J2-
23-JS6) and Leotek 88 watt, 9,000 lumen (#GCM2-40E-MV-NW-X-700), 240 volt LED
luminaire: Work under this item shall include, but not be limited to, the cost of all labor,
equipment and materials for removing existing street light standard and installing new
street light standard on existing foundation, as shown on plan or as directed by the
Engineer; re -grouting; sawcutting; removing and disposing of existing pavement sections
to accommodate improvements; furnishing and installing new Leotek 88 watt, 9,000
lumen, 240 volt LED luminaire with shorting cap; furnishing and installing double fuse
holder with 5 amp glass type fuses (Tron #HEX -AA) in adjacent pull box as per Detail 'C'
as noted on the plans; backfilling, compacting, restoring surface (full panels) to match
adjacent area including landscaping and irrigation systems; disposing of excess
excavated materials; installing pole number tag as directed by the Engineer; furnishing
and installing sign(s) as directed by the Engineer; and all other items to complete the work
in place. This item shall also include salvaging and delivering the old pole to the Utilities
Yard located at 949 W. 16th Street.
Item No. 4 Replace Existing Luminaire on Existing Streetlight Standard with New
Leotek 47 watt, 4,800 lumen (#GC1-20E-MV-NW-2-GY-700), 240 volt LED luminaire:
Work under this item shall include, but not be limited to, the cost of all labor, equipment
and materials for removing, salvaging and delivering, or disposing the existing luminaire;
furnishing and installing new Leotek 47 watt, 4,800 lumen, 240 volt LED luminaire with
shorting cap on existing street light standard; furnishing and installing double fuse holder
with 5 amp glass type fuses (Tron #HEX -AA) in adjacent pull box per Detail 'C' as noted
on the plans; and all other items to complete the work in place.
Item No. 5 Replace Existing Luminaire on Existing Streetlight Standard with New
Leotek 53 watt, 5,400 lumen (#GC1-30E-MV-NW-2-GY-530), 240 volt LED luminaire:
Work under this item shall include, but not be limited to, the cost of all labor, equipment
and materials for removing, salvaging and delivering, or disposing the existing luminaire;
furnishing and installing new Leotek 53 watt, 5,400 lumen, 240 volt LED luminaire with
shorting cap on existing street light standard; furnishing and installing double fuse holder
with 5 amp glass type fuses (Tron #HEX -AA) in adjacent pull box per Detail `C' as noted
on the plans; and all other items to complete the work in place.
Item No. 6 Replace Existing Luminaire on Existing Streetlight Standard with New
Leotek 92 watt, 9,300 lumen (#GC1-40E-MV-NW-2-GY-700), 240 volt LED luminaire:
Work under this item shall include, but not be limited to, the cost of all labor, equipment
SP 11 4F 22
and materials for removing, salvaging and delivering, or disposing the existing luminaire;
furnishing and installing new Leotek 92 watt, 9,300 lumen, 240 volt LED luminaire with
shorting cap on existing street light standard; furnishing and installing double fuse holder
with 5 amp glass type fuses (Trop #HEX -AA) in adjacent pull box per Detail `C' as noted
on the plans; and all other items to complete the work in place.
Item No. 7 Replace Existing Luminaire on Existing Streetlight Standard with New
Leotek 88 watt, 9,000 lumen (#GCM2-40E-MV-NW-X-700), 240 volt LED luminaire: Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for removing, salvaging and delivering, or disposing the existing luminaire;
furnishing and installing new Leotek 88 watt, 9,000 lumen, 240 volt LED luminaire with
shorting cap on existing street light standard; furnishing and installing double fuse holder
with 5 amp glass type fuses (Tron #HEX -AA) in adjacent pull box per Detail `C' as noted
on the plans; and all other items to complete the work in place.
Item No. 8 Rotate Existing Streetlight Standard: Work under this item shall include, but
not be limited to, the cost of all labor, equipment and materials for rotating existing street
light standard; resetting on existing foundation to grade; remounting existing mast arm
and luminaire to match existing orientation; re -grouting; restoring surface (full panels) to
match adjacent area including irrigation systems; disposing of excess excavated
materials; and all other work items to complete the work in place. The degree of rotation
shall be as directed by the Engineer during construction.
Item No. 9 Extend Anchor Bolts: Existing 1" diameter anchor bolt shall be extended
with approved 1" diameter heavy hex coupling conforming to ASTM A194 Grade 2H or
approved equal. New anchor bolt shall match the size and grade of the existing anchor
bolt. The void between the existing foundation and light pole base plate shall be filled with
non -shrink grout (quickrete 1585 or approved equal).
Item No. 10 Remove and Replace Existing Pull Box: Work under this item shall include,
but not be limited to, the cost of all labor, equipment and materials for removing and
disposing existing pull box; furnishing and installing new #3'/2 F concrete pull box, or as
directed by the Engineer, per Detail 'B' as noted on the plans; installing 24" of additional
wiring and coil (pigtail) within pull box; installation of pull boxes with tamper -proof stainless
steel locking bolts/nuts, Bryce Fastener or equivalent; Lock nuts shall be 3118-16 Penta
Nut 316SS; removing existing abandoned conduit and conductors; removing pavement;
backfilling, compacting, restoring surface (full panels) to match adjacent area including
landscaping and irrigation systems; disposing of excess excavated materials; and all
other items to complete the work in place.
Item No. 11 Re -grout and Restore Surface: Work under this item shall include, but not
be limited to, the cost of all labor, equipment and materials for re -grouting the existing
street light standard on existing foundation to grade; restoring surface (full panels) to
match adjacent area including landscaping and irrigation systems; disposing of excess
excavated materials; and all other work items to complete the work in place.
SP 12 OF 22
Item No. 12 Raise Existing Conduit: Work under this item shall include, but not be limited
to, the cost of all labor, equipment and materials for raising the existing conduit and
sweeps; restoring surface (full panels) to match adjacent area including landscaping and
irrigation systems; disposing of excess excavated materials; and all other work items to
complete the work in place.
Item No. 13 Remove Existing Pull Box: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for removing and disposing
existing pull box; removing pavement; backfilling, compacting, restoring surface (full
panels) to match adjacent area including landscaping and irrigation systems; disposing
of excess excavated materials; and all other items to complete the work in place.
Item No. 14 Furnish and Install New #3-112 F Concrete Pull Box: Work under this item
shall include, but not be limited to, the cost of all labor, equipment and materials for
furnishing and installing #3Y2 F concrete pull box, or as directed by the Engineer, per
Detail `B', Detail `C', Detail `E', Detail `F', and Detail `G' as noted on the plans; installing
minimum 24" of additional wiring and coil (pigtail) within pull box; installation of pull boxes
with tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent; Lock
nuts shall be 3/18-16 Penta Nut 316SS; removing pavement; backfilling, compacting,
restoring surface (full panels) to match adjacent area including landscaping and irrigation
systems; disposing of excess excavated materials; and all other items to complete the
work in place.
Item No. 15 Furnish and Install New Single -Meter Type III -BF Service Cabinet: Work
under this item shall include, but not be limited to, the cost of all labor, equipment and
materials for furnishing, constructing, and installing new single -meter stainless steel Type
III -BF Myers service cabinet as directed by the Engineer, base/foundation, and electrical
components per the details shown on the plans; installing 3" PVC conduit with pull rope
from service cabinet to adjacent SCE service point as required by SCE; coordinating with
the Engineer and SCE for service connection and core drilling; connecting conductors
and wiring; providing new Type V photoelectric cell and 3-20 amp contactors, 1-1 P 20
amp breaker for PE control and 4-2P 20 amp breakers for the required circuits; labeling
circuits per National Electrical Code (NEC); installing twist -lock photo electric cell with
shield facing away from traffic within cabinet; removing pavement, excavating, backfilling,
compacting, disposing of excess excavated materials, restoring surface (full panels) to
match adjacent area including landscaping and irrigation systems as directed by the
Engineer, temporary patching or plating, controlling ground and surface water, and all
other items to complete the work in place. The Contractor shall complete all work relating
to installing or modifying service cabinets, including, but not limited to, furnishing and
installing equipment, coordinating with SCE, and ensuring the new system is operational.
Work shall be completed to the satisfaction of the Engineer prior to proceeding with
remaining scheduled work.
Item No.16 Re-establish Survey Marker in Existing Grout Cap: Work under this item
shall consist of re-establishing a survey marker in accordance with City requirements. All
surveying shall be performed under the direct supervision of a California Licensed Land
SP 13 OF 22
Surveyor. All work done on markers shall be recorded and copies thereof filed with the
Engineer and the County Surveyor. This work will include all reestablishment of all
monuments and markers that are disturbed through the course of completing this project.
Item No.17 Furnish and Install New Locks on All Streetlight Panel Doors. Contractor
shall furnish and install 114-20x1 112 BH PENTA-PLUS M/S SS(9012584-0001)(7801650)
locks on all streetlight panel doors. Work under this item shall include, but not limited to,
the cost of all labor, equipment, and materials for furnishing and installing new locks on
all streetlight panel doors. Any panel doors damaged during installation of the new locks
shall be replaced.
Item No.18 Furnish and Install New 1-1/4" PVC Conduit with 248 Stranded Copper
Insulated Conductors and 148 Bare Copper Conductor: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for excavating,
backfilling, furnishing and installing new 1-1/4" PVC conduit with 248 stranded copper
insulated conductors, 148 bare copper conductor, and appurtenances to make required
connections, wiring, and all other items to complete the work in place. Conduit ends shall
be sealed with ductseal or approved equal. Conduit shall be installed under
sidewalk/parkway/street or as directed by the Engineer.
Item No.19 Furnish and Install New 1-1/4" PVC Conduit with 448 Stranded Copper
Insulated Conductors and 148 Bare Copper Conductor: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for excavating,
backfilling, furnishing and installing new 1-1/4" PVC conduit with 448 stranded copper
insulated conductors, 148 bare copper conductor, and appurtenances to make required
connections, wiring, and all other items to complete the work in place. Conduit ends shall
be sealed with ductseal or approved equal. Conduit shall be installed under
sidewalk/parkway/street or as directed by the Engineer.
Item No.20 Furnish and Install New 1-114" PVC Conduit with 648 Stranded Copper
Insulated Conductors and 148 Bare Copper Conductor: Work under this item shall
include, but not be limited to, the cost of all labor, equipment and materials for excavating,
backfilling, furnishing and installing new 1-114" PVC conduit with 648 stranded copper
insulated conductors, 148 bare copper conductor, and appurtenances to make required
connections, wiring, and all other items to complete the work in place. Conduit ends shall
be sealed with ductseal or approved equal. Conduit shall be installed under
sidewalk/parkway/street or as directed by the Engineer.
Item No.21 Furnish and Install New 248 Stranded Copper Insulated Conductors and
148 Bare Copper Conductor: Work under this item shall include, but not be limited to,
the cost of all labor, equipment and materials for furnishing and installing new 248
stranded copper insulated conductors, 148 bare copper conductor, and appurtenances
in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other
items to complete the work in place. Conduit ends shall be re -sealed with ductseal or
approved equal.
SP 14 OF 22
Item No.22 Furnish and Install New 448 Stranded Copper Insulated Conductors and
148 Bare Copper Conductor: Work under this item shall include, but not be limited to,
the cost of all labor, equipment and materials for furnishing and installing new 448
stranded copper insulated conductors, 148 bare copper conductor, and appurtenances
in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other
items to complete the work in place. Conduit ends shall be re -sealed with ductseal or
approved equal.
Item No.23 Furnish and Install New 648 Stranded Copper Insulated Conductors and
148 Bare Copper Conductor: Work under this item shall include, but not be limited to,
the cost of all labor, equipment and materials for furnishing and installing new 648
stranded copper insulated conductors, 148 bare copper conductor, and appurtenances
in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other
items to complete the work in place. Conduit ends shall be re -sealed with ductseal or
approved equal.
Item No. 24 Furnish and Install New Conduit into Existing Pull Box, Splice New to
Existing Conductors, Furnish and Install New 248 Stranded Copper Insulated
Conductors and 148 Bare Copper Conductor: Work under this item shall include, but not
be limited to, the cost of all labor, equipment and materials for excavating, backfilling,
furnishing and installing new conduit, per plans, into existing pull box; splicing new 248
stranded copper insulated conductors, 148 bare copper conductor, to existing
conductors; removing, salvaging, and/or disposing existing wiring; and all other items to
complete the work in place. Conduit ends shall be re -sealed with ductseal or approved
equal.
Item No. 25 Remove Existing Series Conductors Prior to Installing New Conductors.
Work under this item shall include, but not be limited to, the cost of all labor, equipment
and materials for removing, salvaging and delivering existing series conductors within
existing conduit as noted on plans, installing new conductors as noted on plans in
existing/new conduit, removing and disposing existing pull box, connecting the existing
conduit with new appropriate -sized conduit and fittings, backfilling, and restoring surface
(full panels) to match adjacent area including landscaping and irrigation systems, as
directed by the Engineer; and all other work items to complete the work in place.
Item No. 26 Remove Existing Series Conductors: Work under this item shall include,
but not be limited to, the cost of all labor, equipment and materials for removing, salvaging
and delivering existing series conductors within existing conduit as noted on plans,
abandoning conduit as directed by the Engineer; and all other work items to complete the
work in place.
Item No. 27 Trim Brush and/or Tree: Work under this item shall include, but not be
limited to, the cost of all labor, equipment and materials for trimming/removing existing
brush and/or trees as directed by the Engineer; disposing of materials; and all other items
to complete the work in place. This item may be removed or reduced in the contract at
SP 15 OF 22
the Engineer's discretion and no compensation shall be made for bid items removed or
reduced.
Item No. 28 Provide As -Built Drawings: Work under this item shall include, but not be
limited to, the cost of all labor, equipment, and material for marking up Contract drawings
with as -built conditions and all actions necessary to provide as -built drawings. These
drawings must be kept up to date and submitted to the Engineer for review prior to
payment request.
Item No. 29 Remove and Salvage Existing Series Service Disconnect: Work under this
item shall include, but not be limited to, the cost of all labor, equipment and materials for
removing, salvaging and delivering, or disposing existing series service disconnect,
electrical components, and appurtenances; coordinating with SCE for service
disconnection; removing pavement foundation, excavating, backfilling, compacting,
disposing of excess excavated materials, restoring surface (full panels) to match adjacent
area including irrigation systems as directed by the Engineer; disposing of excess
excavated materials; temporary patching or plating; controlling ground and surface water;
and all other items to complete work in place.
Item No. 30 Install owner -provided 6' luminaire arm and Leotek 53 watt, 5,400 lumen
(#GC 1 -30E-MV-NW-2-GY-530), 240 volt LED luminaire from City Yard onto existing Type
15TS standard pole at crosswalk. Work under this item shall include, but not be limited
to, the cost of all labor, equipment and materials for delivering and installing new luminaire
arm and Leotek 53 watt, 5,400 lumen, 240 volt LED luminaire with shorting cap on existing
street light standard; furnishing and installing double fuse holder with 5 amp glass type
fuses (Trop #HEX -AA) in adjacent pull box per Detail `C' as noted on the plans; and all
other items to complete the work in place. Existing 1'/" conduit run in sidewalk shall be
connected to existing pull box in vicinity of existing street light pole.
Item No. 31 Furnish and Install New 3" PVC Conduit. Work under this item shall include,
but not be limited to, the cost of all labor, equipment and materials for excavating,
backfilling, furnishing and installing new 3" PVC and all other items to complete the work
in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be
installed under sidewalk/parkway/street or as directed by the Engineer. Conduit
installation shall be per SCE specifications and requirements.
Item No. 32 Pothole in Concrete/Asphalt Areas (Allowance): Work under this item shall
include, but not be limited to, the cost of all labor, equipment, and material for potholing
within concrete and asphalt areas. Work shall also include replacing back concrete,
asphalt, and decorative paving in kind per City Standards (STD 105 -L -B through STD
105 -L -F) and Specifications, Cost of this work shall be $800.00 per pothole with a total
allowance up to $25,000. Pothole locations shall be determined by Public Works
Inspector. This item may be removed or reduced in the contract at the City's discretion
and no additional compensation shall be made for bid items removed or reduced.
SP 16 OF 22
Item No. 33 Pothole in Parkway (Allowance): Work under this item shall include, but not
be limited to, the cost of all labor, equipment, and material for potholing within the
landscaped parkway. Work shall also include replacing back landscape parkway,
matching the existing condition, in kind per City Standards and Specifications. Cost of this
work shall be $400.00 per pothole with a total allowance up to $25,000. Pothole locations
shall be determined by Public Works Inspector. This item may be removed or reduced in
the contract at the City's discretion and no additional compensation shall be made for bid
items removed or reduced.
Item No. 34 Furnish 360 -degree Shields (ADDITIVE BID ITEM): Contractor shall furnish
to the City 360 -degree shields for the new light fixtures to be installed. 360 -degree shields
shall be Leotek or approved equal and shall be compatible with Leotek GCM and GC1
street light fixtures proposed on this project. City to determine how many 360 -degree
shields for each type of light fixture will be required. Contractor shall deliver product to
City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for
the delivery of materials by contacting the City of Newport Beach Utilities Division at (949)
644-3011. This item may be removed or reduced in the contract at the City's discretion
and no additional compensation shall be made for bid items removed or reduced.
Item No. 35 Furnish House Side Shields (ADDITIVE BID ITEM): Contractor shall furnish
to the City house side shields for the new light fixtures to be installed. House side shields
shall be Leotek or approved equal and shall be compatible with Leotek GCM and GC1
street light fixtures proposed on this project. City to determine how many house side
shields for each type of light fixture will be required. Contractor shall deliver product to
City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for
the delivery of materials by contacting the City of Newport Beach Utilities Division at (949)
644-3011. This item may be removed or reduced in the contract at the City's discretion
and no additional compensation shall be made for bid items removed or reduced.
SP 17 OF 22
PART 2
CONSTRUCTION MATERIALS
SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560-C-3250."
201-2 REINFORCEMENT FOR CONCRETE
201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Epoxy -
coated Grade 60 steel conforming to ASTM A 775 with 2 -inch minimum cover unless
shown otherwise on the plans."
SECTION 209 — ELECTRICAL COMPONENTS
209-2 MATERIALS
209-2.1 Electroliers. Street Light standards shall conform to the City of Newport
Beach Standard Special Provisions and Detail `D', as noted on the plans.
Luminaires for New Multiple Circuits
LED Luminaires shall be:
LEOTEK GreenCobra LED Street Light
• 47 watt 4,800 Lumen, 240 volt, #GC1-20E-MV-NW-2-GY-700
• 53 watt 5,400 Lumen, 240 volt, #GCI-30E-MV-NW-2-GY-530
• 88 watt, 9,000 Lumen, 240 volt, #GCM2-40E-MV-NW-X-700
0 92 watt 9,300 Lumen, 240 volt, #GC1-40E-MV-NW-2-GY-700
Contact: South Coast Lighting, Jon -Eric Santanello (949) 276-8850. LED luminaires shall
be warranted a minimum of 10 years from the date of project acceptance.
209-2.2 Anchor Bolts. Anchor bolts shall conform to the Detail Sheet as noted on
the plans.
209-2.3 Conduit. Unless otherwise noted on the plans, conduit shall be 1 Y4"
Schedule 40 PVC per Detail 'B' as noted on the plans.
SP 18 OF 22
3" line -side conduit from service cabinet to Edison Vault shall be per SCE
specifications and requirements.
209-2.4 Wire. Wiring for street lighting shall consist of 2#8 stranded copper insulated
conductors for each circuit with 1#8 bare copper conductor for grounding. Each street
lighting circuit shall be color coded. Refer to project plans for color codes for each circuit.
Fuse holders shall be model TRON #HEX -AA and contain Mersen/Ferraz Shawmut
Normal Blow GGU5 5A 120V Glass Fuses.
Pull boxes with new lock shall be Eisel Enterprises No. 3'/2F or No. 5F or pre -approved
equal per Detail 'B' as noted on the plans. Pull boxes shall have tamper -proof stainless
steel locking bolts/nuts, Bryce Fastener or equivalent; Lock nuts shall be 3/18-16 Penta
Nut 316SS.
Type III -BF single -meter stainless steel service cabinets shall conform to the
requirements of Detail 'A' as noted on the plans. Service panel shall provide same number
of relay contactors as circuits. Service cabinet shall be Myers MEUG-20X-316-M100-
SCE-120/240-1 Ph/3W with the following:
• 200A / 4 Jaw Meter Socket & Test Blocks
• 12 Circuit Panel
• 100A/2P-Main Breaker-10KAIC
• 20A/2P — Lighting — 4 Ea
• 20A/1 P — PE Control —1 Ea
• 30A/3P — ABB Ltg Contactor -120V Coil — 3 Ea Test Switch
• P.E. Receptacle
• 316 Stainless Steel Const. — NEMA 3R
• 316 Stainless Steel Base Assy. Included
New locks shall be provided on street light panel doors. Contractor shall salvage the
existing screws.
209-2.9 Photocells. Photocells shall be Fisher Pierce, 7 -Pin, twist lock. Photocells
installed on service cabinets shall include control relays. Photocells on luminaires shall
include shorting caps.
69aMIA Ra
PART 3
CONSTRUCTION METHODS
SECTION 300 --EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials. Add to this Section: "Removal and
disposal of material shall be done by City approved Licensed and Franchised Commercial
Solid Waste Haulers. A current list of approved haulers can be provided upon request or
be found on the City's website at:
http://www. newoortbeach. ca. aov/aeneraIse rvices"
300-1.3.1 General. Add to this section: "The work shall be done in accordance with
Section 300-1.3.2 of the Standard Specifications except as modified and supplemented
herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal
between the sawcut lines may be accomplished by the use of jackhammers or
sledgehammers. Pavement breakers or stompers will not be permitted on the job. The
Engineer must approve final removal accomplished by other means.
The Contractor shall maintain the job site in a clean and safe condition. The Contractor
will remove any broken concrete, debris or other deleterious material from the job site at
the end of each workday. All areas of roadway removal and replacement shall have a
minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet
with the Engineer to mark out the areas of roadway removal and replacement."
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words 1-1/2 '/z inch" of the last sentence
with the words "two (2) inches".
300-1.5 Solid Waste Diversion. Non -reinforced clean concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
SP 20 OF 22
SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be
opened to pedestrian access on the day following concrete placement. In addition, all
forms shall be removed, irrigation systems shall be repaired, and backfill or patchback
shall be placed within 72 hours following concrete placement. Newly poured P.C.C.
improvements subject to vehicle loads shall not be opened to vehicle traffic until the
concrete has cured to a minimum strength of 3,000 psi."
303-5.5 Finishing
303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C.,
P.C.C., stamped concrete, pavers and brick within private or public property damaged
during construction in a manner that matches the adjoining areas in structural section,
texture and color."
SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General. Add to this section: "The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
shall be responsible for ensuring that no tree roots are pruned or cut that could
compromise the stability of the tree."
The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr.
Kevin Pekar at (949) 644-3197 a minimum of five workdays prior to beginning the work.
The Contractor shall describe the method of pruning and removing minor tree roots that
may be encountered during construction. The Urban Forrester will decide at that time if
a formal submittal is required for review by the City.
If the Contractor encounters large tree roots, he/she shall cease work at that location and
immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban
Forrester may require the Contractor to formally submit a plan for removing the large roots
to the City for review.
SP 21 OF 22
The submittal shall adhere to the following guidelines.
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree unless
specifically authorized by the City's Urban Forester.
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and
shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or condition
of the tree warrants a root cut to be hazardous to the tree or when there is only
one minor offending root to be removed and/or the damage is minimal (i.e., only
one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed or
shaved down.
d. Roots greater than two inches in diameter that must be removed, must be pre -
approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
4. Root Barrier
a. Following the root pruning process, root barriers shall be installed per Standard
Plans for Public Works Construction (SPPWC), latest edition, Standard Plan 523-
2, and Standard Specifications for Public Works Construction, latest edition.
SP 22 OF 22
PART 4
SECTION 400 ---ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400-2 UNTREATED BASE MATERIALS
400-2.1 General
400-2.1.1 Requirements. Add to this section: "The Contractor shall use crushed
miscellaneous base as the base materials."