Loading...
HomeMy WebLinkAboutC-7661-2 - FY 2019-2020 Streetlight Improvement Project - Construction (Eastbluff)CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039FAx newportbeachca.gov November 16, 2022 International Line Builders, Inc. Attn: William Davenport 3955 Temescal Canyon Road Corona, CA 92883 Subject: FY2019-2020 Streetlight Improvement Project — C-7661-2 Dear Mr. Davenport: On November 16, 2021, 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 November 17, 2021, Reference No. 2021000705534. The Surety for the contract is Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America and the bond number is 190046111/107300600. Enclosed is the Faithful Performance Bond. Sincerely, ', q Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 190046111/107300600 Iy_111 In, AM0:24 707V6V-1.[i;I V-T0]:II1] The premium charges on this Bond is $ 3,402.00 , being at the rate of $ 4.70 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to International Line Builders, Inc. hereinafter designated as the "Principal," a contract for 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 the 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 Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America 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 Seven Hundred Twenty Three Thousand Eight Hundred Fifty Eight Dollars and 00/100 ($723,858.00) 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 International Line Builders, Inc. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 24th day of September 11 2020 . International Line Builders, Inc. Name of Contractor (Principal) Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America Name of Surety 175 Berkeley Street, Boston, MA 02116 & One Tower Square, Hartford, CT 06183 Address of Surety (617) 357-9500 & (860)277-0111 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date:([ 1 Z/ 2ApZo Aaron C. Harp ckw 10,1"W City Attorney naturelTitle Heather R. Goedtel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED International Line Builders, Inc. Page B-2 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 Riverside On QLktlow,z ?f,�02� before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared William Davenport, President who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/efe- subscribed to the within instrument and acknowledged to me that he/eheAhey executed the same in his/hefMeif authorized capacityees). and that by histherAheir signature(&) on the instrument the person(&). 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. *my RRENDA MCKINNEY Notary Public - California Riverside County Commission : 227812Comm... Expires Feb 19, 2023 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On September 24 20 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 offC30EifwoiR County of Hennepin ) ss. On September 24 20 20 before me, Nicole Langer Notary Public, personally appeared Heather R. Goedtel, Attorney -in -Fact 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. 1 certify under PENALTY OF PERJURY under the laws of the State of I xiftft that the foregoing paragraph is true and correct. Minnesota WITNESS my hand and offi 'al seal. r y°� •a NICO_ECAT"-• I,NE LANGER S. r'.wy Public rNS`._ El, ., ssond \1'^"� - hty Co�nm�ss'on Expires �,, '•:' a^ 31.2023 (seal) Sig a International Line Builders, Inc. Page B-3 This Poweh .tomey limits the acts of those named herein, and they have. ithority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual. SURETY Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons, IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of November , 2019 . Liberty Mutual Insurance Company Y INgo \Nsuq, The Ohio Casualty Insurance Company oM°W,R✓y oP coM°Wr '!� West American Insurance Company (0(90 `"e 11� i `0o Fn1919 8es1991a$ y.. / 17r/AM053'�,eD� Y�hpl/.HP�D B `,`7�// 1 r F M+ F ❑avid M norav eeciefanf SMfP/➢N of PENNSYLVANIA y of MONTGOMERY ss this 21st day of November , 2019 before me personally appeared David M. Carey, who admowledged himself to be the Assistant Secretary of Liberty Mutual npany, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the rein contained by signing on behalf of the corporations by himself as a duly authorized officer. I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written PAST 9P 0� �T°Nwp F� COMMONWEALTH OF PENNSYLVANIA �h Cv Nolarlal Seal TeresanTwola.Notaryeryc Upper Marion Twp., Monhgoraery County � �, By: /(�-��(,(j-;ter®ter/Q% aP My Commission Expires March 28,2021 eresa Paslella, Notary Public tiOTq� Lv�>>° Member. PanoWNania Asmaaoon or Nmarea This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such atomeysin-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer a officers granting such power or authority. ARTICLE All— Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeysin-fad, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such atomeysin-fad subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws ofthe Company, authorizes David M. Carey, Assistant Secretary to appoint such atomeys-in- fact as may be necessary to ad on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of September , 2020 C Ugq90By: SUgqq�xe PmPO�r do/,/��2e 091 �eL� rOe aria soe ��da By- Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC WIN Co 062018 Travelers Casualty and Surety Company of America TRAVELERS Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Heather R. Goedtel of Minneapolis, Minnesota, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and theircorporate seals to be hereto affixed, this 3rd day of February, 2017. 4�� auxrgn. �' ooewn . h R State of Connecticut City of Hartford ss. By: Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. W* My Commission expires the 30th day of June, 2021G.At-A+ �. �xXAR.Q.LL1U 19 *p r Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this lath day of September . 2020 i !Lw f Kevin E. Hughes, Assi tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-411-3880. Please refer to the above -named Attomey4n-fact and the details Of the bond to which the power is attached. January 24, 2022 International Line Builders, Inc. Attn: William Davenport 3955 Temescal Canyon Road Corona, CA 92883 Subject: FY2019-2020 Streetlight Improvement Project - C-7661-2 Dear Mr. Davenport: 100 Ci0 C vntet Drive Nhwport Reach, Caliform.i 92660 ,nl d-61111 .5005 1 949 644-.1039 rnx newportbeach,�.j.gov On November 16, 2021 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 November 17, 2021, Reference No. 2021000705534. The Surety for the bond is liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America and the bond number is 190046111/ 107300600. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 190046111/107300600 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to International Line Builders. Inc. hereinafter designated as the "Principal," a contract for 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 the 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, _ Liberty Mutual Insurance Company & Travelers casualty and Surety Company of America 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 Seven Hundred Twenty Three Thousand Eight Hundred Fifty Eight Dollars and 00/100 ($723,858.00) 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 riot 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 nternational l me Builders. Inc Page A I The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 24th day of September 2020 r International Line Builders Inc. Vj(UI,p,�v®rtpr Name of Contractor (Principal) Authorized Slgnature/Titl the✓tL Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America Name of Surety 175 Berkeley Street, Boston, MA 02116 & One Tower Square, Hartford CT 06183 Address of Surety (617) 357-9500 & (860)277-0111 _ Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: I.11 L1 -1"j 1") _ By. -- Aaron C. Harp City Attorney i Au orh ed Agent Signature Heather R. Goedtel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONT RAC I -OR AND SURETY MUS T BE A FTACHED International Line Builders, Inc Page A ;! 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 Riverside On Cjaa)�ee ')—.aw o before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared William Davenport, President who proved tome on the basis of satisfactory evidence to be the person (14 whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/he#their authorized capacity(ies). and that by his/her/their signature(&) on the instrument the person(&). or the entity upon behalf of which the person(&) acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) BRENDAMCKINNEY Notary Public -California Q40Za6'—)'--MVC0r;f1 Riverside County Connu eion; 2278175 _ Expires Feb 19. 2027 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 September 24 2020 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 10tliM( )L% (seal) County of Hennepin j ss. On September 24 2020 —before me, Nicole Langer Notary Public, personally appeared Heather R. Goedtel Attorney -in -Fact 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 l,.;' NI(OII l- Al I ff NIN lel AV,.... a �' N,f 'yPohl" WITNESS my band and official seal a /e Mmi5sioc:. .,ifs My Commrssion rxpr , . I;m 31, 1027 SiCgnature (seal) Inlemational Line Rujldels. Ing Page A -; This Power .tomay limits the acts of those named herein, and they have. dhority to bind the Company except in the manner and to the extent herein stated. o' Liberty Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No: 8202635-190003 SURETY West American insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole F;nghauser, Heather R. Gcedtel_ Michelle Halter- Jessica 11off Nunle, I.nneer (` ao i-a—farm I .,,..;,. un.... ---- ____.__-, _. ............. R.,,,. ,m,�,,, mrumcvow aeon nmwmuany it mare oe more man one named, its true and lawful attorney -in -fad to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its ad and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of November , 2019 . Liberty Mutual Insurance Company JP�o Uggy ,Px3a oNstrqatNs0,g9 The Ohio Casualty Insurance Company a` R'�mo °m a 3rP w'ogyn x°O�Oh''�ym West American Insurance Company 0 �e1912go " 1919am ws a 47�1 r.� i i� mo < 1991 00 d� 84CNY9" .dD O �hANPSA� a Y rhD1ANP D3 Ate/ State of PENNSYLVANIA County of MONTGOMERY ss On this 21st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA_ Notarial seal Teresa 1.61a, N lacy Public Upper Menon two., Montgomery C°unty By: My Commission Expires March 28, 2821 Mnmbep PennayNa,la Asvadafiun of Nolaries Lulej 4. i This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual w Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: c ARTICLE IV -OFFICERS: Section 12. Power of Attorney. L Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such aHomeys-in-fact, as may be necessary to ad in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety i any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall m have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the et provisions of this aNde may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. c ARTICLE XIII —Execution of Contracts: Section 5. Surety Bonds and Undertakings. cg Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, 1-0— shall appoint such attomeysm-fad, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation —The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys-m- facl as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surely any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, [me and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th _ day of September , 2020 _. Y INsep02_1'4�1199 �°aroh r Wq,o �1919 m(9(9 ��hndrs �dD; By jifne¢ f,. IFWCyn, ASSIStam if•,CI P.blry 1 n � I. MS 12813 I. MI1: Or:IC WAR. Multi Co 062018 0 E W Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Heather R. Goedtel of Minneapolis, Minnesota, their true and lawful Altomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. .W„ �', C� h State of Connecticut - City of Hartford ss. Robert L. Raney, Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surely Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. alp .r T . ,►. My Commission expires the 30th day of June, 2021 i(`(�OJk.e. ('. uo7y �� • 'tp • Made C. Telreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vire President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and Sl. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in hill force and effect. Dated this 24th day of september . 2020 rNRIFO1 1 i,�11PNirOHO �Ai'(/4 gg Y-- `- Kevin Hughes, At Snrretary ro verify the authenticity of this Power oh9ttarney, p/ease callus at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. Batch 12450970 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 II[III]III 1I1111111111IIIII I111 11111111111111111111111111111111111I NO FEE f$ R 0 0 1 3 3 3 8 8 7 0$ 202100070553412:12 pm 11117121 90 PP2A Nn 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 Intemational Line Builders Inc., Corona, California, as Contractor, entered into a Contract on September 8, 2020. Said Contract set forth certain improvements, as follows: FY2019-2020 Streetlight Improvement Project (Eastbluff) - C-7661-2 Work on said Contract was completed, and was found to be acceptable on November 16, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America. A WA City of VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on )T at Newport Beach, Caflfomia. SEW PORT BY 4 e� City Clerk n S P Cq�IFOaa` https://gs.secLire-recording.com/Batch/Confirmation/12450970 11/17/2021 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 International Line Builders Inc., Corona, California, as Contractor, entered into a Contract on September 8, 2020. Said Contract set forth certain improvements, as follows: FY2019-2020 Streetlight Improvement Project (Eastbluff) - C-7661-2 Work on said Contract was completed, and was found to be acceptable on November 16, 2021, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America. A OYA City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge.,��,,, 1,,' Executed on /v`�`�miytlit ��. ail at Newport Beach, California. BY iiil,�i S 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 12th day of June, 2020, at which time such bids shall be opened and read for FY 2019-2020 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) Contract No. 7661-2 $786,000 Engineer's Estimate Approved by ames M. Houlihan D90uty PWD/City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=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, Protect Manager at (949) 644-3014 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://newportbeachca gov/government/open-transparent/online-services/bids-rfos- vendor-registration City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS...................................................................................... 3 BIDDER'S BOND............................................................................................................ 6 DESIGNATION OF SUBCONTRACTOR(S)................................................................... 9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 18 INFORMATION REQUIRED OF BIDDER..................................................................... 19 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 2 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 INSTRUCTIONS TO BIDDERS The following documents shall be completed. executed. uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed Envelope) DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E. 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash. certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California. and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Original, sealed copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.) The title of the project. Contract Number and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. The estimated quantities indicated in the PROPOSAL are approximate. and are given solely to allow the comparison of total bid prices. 5. 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. 3 bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price. the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 6. 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. 7. 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 4 provide the written statement and the City Council does not meet within the prescribed time period. the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period. the claimant may demand in writing an informal meet and confer conference. which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference. if a dispute remains. the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process. with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator. each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful. any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. The signature below represents that the above has been revi 782515 A -C10 Contractor's License No. & Classification 1000007032 06/30/2020 DIR Registration Number & Expiration Date International Line Builder's, Inc. Bidder 5 Authorized SigoKure/Title 06/12/2020 Date City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of 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 FY2019- 2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF, Contract No. 7661-2 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 12th International Line Builders, Inc. Name of Contractor (Principal) Liberty Mutual Insurance Company Name of Surety 175 Berkeley Street, Boston, MA 02116 Address of Surety 763-302-7159 Telephone day of June , 2020. V-4 al i jeVfnpaj- horize gnature/Title-PWidk'n... Heather R. Goedtel, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) C• 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 On June 12 ?020 before me, , Notary Public, personally eared who proved to me o basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to t ithin instrument and acknowledged to me that he/she/they executed the same in his/her/ r 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 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(ies) claimed by Signer(s): Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 7 (seal) Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. 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 Riverside On'jur-w, 10�'aD before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared "Ld, d" DA�hlr►'IDG�P.� . (�- e"IcLer)l - who proved to me on the basis of satisfactory evidence to be the person(&} whose name(&) is/a-Fe- subscribed to the within instrument and acknowledged to me that he/ebe4ey executed the same in his/hel4ttietr authorized capacity0e&). and that by hislh Ir signature(o on the instrument the person(&). or the entity upon behalf of which the person(s4 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 °;.r�F BRENDA MCKINNEY Notary Public • California Yom= Riverside County Commission x 2278125 My Comm. Expires Feb 19. 2023 (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 {f�y�X Minnesota County Of Hennepin }ss. On June 12 20 20 before me, Nicole Langer, Notary Public Notary Public, personally appeared Heather R. Goedtel, Attorney -in -Fact 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. Minnesota I certify under PENALTY OF PERJURY under the laws of the State of Qht P"Wthat the foregoing paragraph is true and correct. N COLE C -A HERINE LANCER No a -y Pun' c WITNESS my hand and official seal. P; y Comm ss Jan 3L 200 233 res Signatu ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) State of California County of }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) rn c oM N > �@ -O M'Cn O ai O 46N C O1CD rn(D 0 E �. Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of November , 2019 . Liberty Mutual Insurance Company P� 1NSu01 P0-4 INS& a INSURq The Ohio Casualty Insurance Company �J �oaPDagT Ln yJ 4p0.POgATQgy `GPGoaPor�T do West American Insurance Company ZZ, 3 Fo m �Q 3 Fo m W 3 Fo rn „1912y o a Z1919�o a 1991 0 ~dj19SSAr US; db yO HAMPSa�P b� `! rND1ANP b * *�a By David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY On this 21 st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes — F- therein contained by signing on behalf of the corporations by himself as a duly authorized officer. u Lu IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. 9P PAST Q��MONWE COMMONWEALTH OF PENNSYLVANIA O a Ir Z % Notarial Seal OF Teresa Pastella, Notary Public Upper Merion Twp., Montgomery County By LVG My Commission Expires March 28, 2021 2 MSVP � Member, Pennsylvania Association of Notaries This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV – OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such allomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII – Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation – The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization – By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 12th day of June , 2020 . 1NSUR �1Y INS& 1NSUo j p `oaa or�roZct� p GaaPo�T Pyy0 1912yo 0 1919 1991 0 : o a o rd�9s`SACHUS�.ab SO ��hA MPSa� D '( rNDIANP b By: 1 ltd Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 062018 00 Q O� E OM a- C:) In O of 0 w 3 �(D FU -0 >o O N " M wT 00 U(o O , City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 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 Contractor's total bid. If a subcontractor is not listed. the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction. as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder. by signing this designation. certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. International Line Builder's, Inc. Bidder Autho ed Sign e/Title William Davenport President 9 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. 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 LA Main Street Lighting Improvement Unit 1 CIP/STP Project Description Street Lighting Improvement Approximate Construction Dates: From 04/2019 To: 12/2020 Agency Name City of Los Angeles Contact Person Robert Tom Telephone (62Ql 688-9675 1,265,472.00 Original Contract Amount $ Final Contract Amount $1,328,295.87 If final amount is different from original. please explain (change orders, extra work. etc.) Change orders. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes. briefly explain and indicate outcome of claims. N/A ill No. 2 Project Name/Number Left Turn Signal Modifications Project Description Traffic Signal Modifications Approximate Construction Dates: From 03/2019 To: 08/2020 Agency Name City of Orange Contact Person Kathy Nguyen Telephone (714) 744-5528 711,611.00 Original Contract Amount $ Final Contract Amount $711,611.00 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 N/Anst you/Contractor? If yes. briefly explain and indicate outcome of claims. No. 3 Project Name/Number Rosecrans Ave Corridor Traffic Signal Upgrades Project Description Traffic Signal Upgrades Approximate Construction Dates: From 09/2019 To:07/2020 Agency NameCity of La Mirada Contact Person Lori Wolfe Telephone (56:� 902-2380 797,433.00 Original Contract Amount $ Final Contract Amount $ 845,430.08 If final amount is different from original. please explain (change orders. extra work. etc.) Chanae orders. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes. briefly explain and indicate outcome of claims. 11 No. 4 Project Name/Number Archibald & Mission Traffic Signal Modifications Project Description Traffic Signal Modifications Approximate Construction Dates: From 09/2018 To: 11/2019 Agency Name City of Ontario Contact Person Mauricio Diaz Telephone (909/ 395-2000 228,046.00 Original Contract Amount $ Final Contract Amount $248,570.00 If final amount is different from original. please explain (change orders. extra work. etc.) Change orders. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes. briefly explain and indicate outcome of claims. No. 5 Project Name/Number Citywide LED Conversion Project Description LED Conversion Approximate Construction Dates: From 10/2018 To: 01 /2019 Agency Name City of Orange Contact Person Josh Soliz Telephone (714)744-5588 1,039,777.00 Original Contract Amount $ Final Contract Amount $1,037,657.27 If final amount is different from original. please explain (change orders. extra work. etc.) Change orders. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes. briefly explain and indicate outcome of claims. N/A 12 No. 6 Project Name/NumberOak/Chestnut, Narda/Susanne & Forest/Boden Street Li hting Project Project Description Street Lighting Project Approximate Construction Dates: From 11/2017 To: 10/2018 Agency Name City of Anaheim Contact Person Robert Paleologus Telephone (714) 765-5169 599,286.95 Original Contract Amount $ Final Contract Amount $ 599,286.95 If final amount is different from original. please explain (change orders. extra work. etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes. briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request. the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contra s current financial conditions. International Line Builder's, Inc. Bidder Author' ed S' at Title William Davenport President 13 Corey Britt 3955 Temescal Canyon Rd uM[ gptDERS �N( ILB INWI° Corona, CA 92883 Phonc: 951.682.29.82 Fax: 951.346.3 Igo Career Summary % ww.ilbinc.com Corey Britt PROJECT MANAGEMENT SKILLS IE/OC/LA Area - Foreman/Superintendent . Project Scheduling Key Skills Career Summary • Quality Control Inspection & General Foreman/Superintendent 2016 -Present AREAS OF EXPERTISE Mr, Britt has managed various projects in San Diego • Crew Management County, Orange County, Riverside and San Bernardino • Risk Assessment County. These projects have ranged from $30,000 to $3.6 • Risk Management Million. They have varied from CALTRANS projects on the 5 • Scheduling & Process Freeway in South Orange County, 60 Freeway in Riverside Reporting County to private jobs at USC/Oltmans and other building • General Operations developers. Corey Britt has experience with managing all Mechanical Troubleshooting manpower and equipment for projects, along with working Electrical Installation with agencies to provide solutions for constructability issues Techniques that may arise on jobs. Work Experience PROJECT MANAGEMENT SKILLS Education, Training, and Certification . Project Scheduling • Pre -Construction Activities International Line Builder's, Inc. • Quality Control Inspection & General Foreman/Superintendent 2016 -Present Documentation This apprenticeship was very involved with on the • Progress Reporting to Steiny and Company, Inc. Customers Foreman 2009-2016 • Planning, Organizing, & Tracking of Job Activities PROJECT HIGHLIGHTS Education, Training, and Certification • 4 Million Project - Metro Link Traffic Signal Train • IBEW Wireman Apprenticeship Crossing Improvements/ NECA Orange County NJATC Silent Horn Orange County 0 3.6 Million Project - This apprenticeship was very involved with on the Avenida Vista Hermosa 5 job training, as well as classroom training for all 4 Freeway Widening years. California General Electrician Certified. • 2.2 Million Project - 60 Freeway Streetlighting & Barrier Rail Improvements • 2 Million Project - Street Light Upgrade The Woods Riverside City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Riverside ) William Davenport being first duly sworn. deposes and says that he or she is President of International Line Builder's, 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 of California that a is tr e and correct. International Line Builder's, Inc. Bidder Authorized Signature/Ti 16ler-I Subscribed and sworn to (or affirmed) before me on this_day of—JOrIe, .2020 by lnlL1,Q►aL.+ -bC p,XJL,�f 6enH . proved to me on the basis of satisfactory evidence to be the person() who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 0"Y RENDAMCKINNEY Notary Public Notary Public . California JSEAL] Riverside CountyCommission # 2278125 Comm. Expires Feb 19, 2023 My Commission Expires. �( 14 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 DESIGNATION OF SURETIES Bidder's name International Line Builder's, 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): Willis of Minnesota Heather Goedtel #(763)_302-7159 8400 Normandale Lake Blvd, Suite 1700 Bloominqton, MN 55437 15 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name International Line Builder's 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. Un. Current Record Record Record Record Record Year of for for for for for Record 2019 2018 2017 2016 2015 Total 2020 No. of contracts N/A N/A N/A N/A N/A N/A N/A Total dollar Amount of N/A N/A N/A N/A N/A N/A N/A Contracts (in Thousands of $ No. of fatalities 0 1 0 0 0 0 1 No. of lost Workday Cases 0 2 1 0 0 4 7 No. of lost workday cases involving 0 3 5 2 1 5 16 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. Un. Legal Business Name of Bidder International Line Builder's, Inc. Business Address: 3955 Temescal Canyon Road Corona, -QA 92883 Business Tel. No.: (951) 682-2982 State Contractor's License No. and Classification: 782515 A -C10 Title General & Electrical 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. f NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 17 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 Oregon County of Washington On June 9, 2020 personally appeared Nick Olsen before me, Hannah Thompson (insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Oregon that the foregoing paragraph is true and correct. ■■� WITNESS my hand and official seal. RUMOTHOUPGON WMM"ONmsi w MY Signature ��� (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached. and not the truthfulness. accuracy. or validity of that document. State of California County of Riverside On -ung I?r,za-ao before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared yVIQ�Q�c+�-I_rypyl pops-• }�gQJldFry who proved to me on the basis of satisfactory evidence to be the person(s} whose name( is/am subscribed to the within instrument and acknowledged to me that he/fey executed the same in his/hefMie# authorized capacity0es). and that by hisM�r signature(s) on the instrument the person(e"). or the entity upon behalf of which the person() acted. executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal BRENDA MCKINNEYNotary _ Notary Public •California `c Riverside County Commission n 2278125 My Comm, Expires Feb 19. 2023 Signature (Seal) City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 ACKNOWLEDGEMENT OF ADDENDA Bidder's name International Line Builder's Inc. The bidder shall signify receipt of all Addenda here. if any. and attach executed copy of addenda to bid documents: Addendum No. Date Received i No. 1 06/04/2020 18 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor. Company or Corporation: International Line Builder's, Inc. Business Address:3955 Temescal Canyon Road Corona, CA 92883 Telephone and Fax Number:(951) 682-2982 Fax: (951) 346-3180 California State Contractor's License No. and Class: 782515 A -C10 (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/07/2000 Expiration Date: 08/31/2020 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: Rafael Robledo- Estimator 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 William Davenport- President 3955 Temescal Canyon Road Corona CA 92883 #(951) 682-2982 Michael Bass- President 19020 SW Cipole Rd #A Tualatin OR 97062 #(503) 692-0193 Arnold Arias- Vice President 2520 Rubidoux Blvd Riverside CA 92509 #(951) 682-2982 Brad Hulquist- Vice President 19020 SW Cipole Rd #A Tualatin OR 97062 #(503) 692-0193 Corporation organized under the laws of the State of Delaware 19 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: Z All company. corporate. or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations. lawsuits. settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names. addresses and telephone numbers of the parties; 0 Briefly summarize the parties' claims and defenses; N/A Have you ever had a contract terminated by the owner/agency? If so. explain. N/A Have you ever failed to complete a project? If so. explain. For any projects you have been involved with in the last 5 years. did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage. falsifying certified payrolls. etc.)? Yes 4:ND 20 Are any claims or actions unresolved or outstanding? Yes No If yes to any of the above. explain. (Attach additional sheets. if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. International Line Builder's, Inc. Bidder (Print name of O er or President of CorporationjCompanyl Authorizkd SignaturjMtle William Davenport President Title (2a 110 I?Jo2� Date On,ao73-0 before me-:;�g,&nja ►.iu�tr��✓j . Notary Public. personally appeared rI ' . who proved to me on the basis of satisfactory evidence to be the person whose name0 0 s subscribed to the within instrument and acknowledged to me that(Re executed the same in Is r/tl�ir authorized capacity(io). and that by is j(r/tl�ir signature( on the Instrument the person(�Q. )—rThe entity upon behalf of which the person(�IQ acte 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. Ll Notary Public in and f r said My Commission Expires,74:1eb. I CIO D1 -z`3 21 (SEAL) �. ' BRENDA MCKINNEY Notary Public • California Riverside County Commission r 2178125 My Comr". Expires reb 19. 2023 0-0 City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • 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 Ratinq 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 FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) CONTRACT NO. 7661-2 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 8th day of September, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and International Line Builders, Inc., a Delaware corporation ("Contractor"), whose address on file with the California Secretary of State is 19020A SW Cipole Road, Tualatin, Oregon 97062, and whose local business address is 3955 Temescal Canyon Road, Corona, California 92883, 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. 7661-2, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Seven Hundred Twenty Three Thousand Eight Hundred Fifty Eight Dollars and 00/100 ($723,858.00). 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 William Davenport 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. International Line Builders, Inc. Page 2 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 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 International Line Builders, Inc. Page 3 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: William Davenport International Line Builders, Inc. 3955 Temescal Canyon Road Corona, CA 92883 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. International Line Builders, Inc. Page 4 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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. 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 International Line Builders, Inc. Page 5 Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), 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 International Line Builders, Inc. Page 6 of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 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. International Line Builders, Inc. Page 7 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, 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. inconsistencies between this Contract and terms of this Contract shall govern. In the event there are any conflicts or any other attachments attached hereto, the 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. International Line Builders, Inc. Page 8 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the 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] International Line Builders, 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: &T / 27 1 1.b z -o By: Ll.`s-�, t Aaron C. Harp our q•vw'to City Attorney Date: ATTEST: A% ✓, �,l lAU Ilk - W.,_rk `FO RNA CITY OF NEWPORT BEACH, a California municipal corporation Date: �'zj�_ Zo T. 0 By: Will O'Neill Mayor CONTRACTOR: International Line Builders, Inc., a Delaware corporation Date: Signed in Counterpart By: William Davenport President Date: Signed in Counterpart By: Nick Olsen Assistant Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements International Line Builders, 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: / 2?il to u7 By: -P"- .�r- Aaron C. Harp MW q•ti�-•� City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Will O'Neill Mayor CONTRACTOR: Builders, Inc., a De Date: In 1 o 'a -I sident International Line are corporation Date: `010 -a-/ rO 212 By: - V eaCA Q, ulGul,fl- Assistant Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements International Line Builders, Inc. Page 10 EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 190046111/107300600 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to International Line Builders, Inc. hereinafter designated as the "Principal," a contract for 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 the 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, Liberty Mutual Insurance Company & Travelers Casualty and Surely Company of America 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 Seven Hundred Twenty Three Thousand Eight Hundred Fifty Eight Dollars and 00/100 ($723,858.00) 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. International Line Builders, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 24th day of September , 2020 International Line Builders, Inc. Name of Contractor (Principal) Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America Name of Surety 175 Berkeley Street, Boston, MA 02116 & One Tower Square, Hartford, CT 06183 Address of Surety (617) 357-9500 & (860) 277-0111 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: j O 12 /202A By: Oil- Aaron C. Harp 9MI 16"?, 14 City Attorney A4K,orizej:la''gnature/Titl Idt+n►-P �i �.I' , l Heather R. Goedtel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED International Line Builders, Inc. Page A-2 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 Riverside On 0c ft)ote wiz before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared William Davenport, President who proved to me on the basis of satisfactory evidence to be the person(64whose names) Ware subscribed to the within instrument and acknowledged to me that he/-&heAhey executed the same in his/"eM�r authorized capacity(;es). and that by his/h-r/their signature( -s) on the instrument the person(). 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. 0MV BRENDAMCKINNEY WITNESS my hand and official seal. _Notary Public - California Riverside CountyCommission # 2278125 Corr Expi-es Feb 19, 2023 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On September 24 20 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)DaVfWcXX County of Hennepin 1 ss. On September 24 2020 before me, Nicole Langer Notary Public, personally appeared Heather R. Goedtel, Attorney -in -Fact 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. NICOLE CATHERINELA�i; WITNESS my and and o I seal. Notary Public `,. Minnesota r , MyCommission Expre< I l Jan 31, 2023 Si�naty `/ (seal) International Line Builders, Inc. Page A-3 CO C Liberty Mutual., SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8202635-190003 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21st day of November , 2019 . State of PENNSYLVANIA County of MONTGOMERY p,p Liberty Mutual Insurance Company SIJ hio Casualty Insurance JP oaPo2a w: JPS°aPO29& 9 �Pao�OR, WestAmerican Insurance Company opoy ti c o ro c Z . o n Z vQ 3 Fo m w 3 Fo rn Y;1912%0 0 1919 0 s 1991 0 dVl `4ACHUS�.da O'HAMPS� d� �s �NDIANO' .aa r By: nnviri M Rarav Cecietnnt Sarratnry mI On this 21st day of November , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance I c Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = F- > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Lou � IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. _L3 CU C P PAs;, 02 Q8' ONWE QC COMMONWEALTH OF PENNSYLVANIA 411 v� P.Q+ Q o Notarial Seal OF Z Teresa Pastella, Notary Public Q Upper Merton Twp., Montgomery County By: C N 3 My Commission Expires March 28, 2021 NSy�vP� o Teresa Pastella, Notary Public � �q� PUg�� Member, Pennsylvania Association of Notaries CU N (D This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o .E Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0) ARTICLE IV — OFFICERS: Section 12. Power of Attorney. o tL Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the 'D > President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety CU > C any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z � instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acfing pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of September , 2020 1NSUq �t`( INS& d 1NStrR J o�TFoY�Rt QJ3ao%POR'OFWy •GQ'c°MORgrF lc+ 1912 0 1919rn ar1991�0 —` Z O 6 O d��73ACHUg `aaa y0� H^MPsaa� �S �H°tANP aa� By Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 062018 OC) Q� O� OM a O .W9 .c O) o 0) a� >o 4) It 04M c CO Qo U� I— r Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Heather R. Goedtel of Minneapolis, Minnesota, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. 00 gook �Jp�IV Aryos CONN MMI T� W a HAATf0N.. 8 ( AJL ( y� � CONa ilKXi State of Connecticut City of Hartford ss. By: Robert L. Raney, Se ibr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p.TlT My Commission expires the 30th day of June, 2021 TAq mOJ�JL J�ARA U mac+ �L�os* Mare C. Tetreault, Notary Public Ct'F This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 24th day of September , 2020 §D�l J•�TY Aho r y sem.et�N HkFFORD, c HARTFORD, 4ODf64. 8 '• CONN. o •.\`y l W Lel • ��4�y�6.1 'N�Oe �w� Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 190046111/107300600 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3.402,00 , being at the rate of $ 4.70 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to International Line Builders, Inc. hereinafter designated as the "Principal," a contract for 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 the 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 _Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America , 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 Seven Hundred Twenty Three Thousand Eight Hundred Fifty Eight Dollars and 00/100 ($723,858.00) 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 International Line Builders, Inc. Page B-1 event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 24th day of September e4 ,20 20 . International Line Builders Inc. qA.l V Name of Contractor (Principal) oriz ignature/Title ►-- Liberty Mutual Insurance Company & Travelers Casualty and Surety Company of America Name of Surety 175 Berkeley Street, Boston, MA 02116 & One Tower Square Hartford CT 06183 Address of Surety (617) 357-9500 & (860) 277-0111 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: loll Z/ ?•v?A By- '�• Aaron C. Harp ttiw �v.i.2c� City Attorney Heather R. Goedtel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED International Line Builders, Inc. Page B-2 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 Riverside On ��(�rk,'arO�O before me. Brenda McKinney, Notary Public (insert name and title of the officer) personally appeared William Davenport, President who proved to me on the basis of satisfactory evidence to be the persons} whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/s-h ey executed the same in his/her/their authorized capacity(les). and that by hisftieOhleir signatures; on the instrument the person(s). or the entity upon behalf of which the persons) 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. 0i, Notary Public-CaNrrnia Riverside County Commission ° 2278125 y Comm. Expires Feb 19. 2023 Signature (Seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )SS. On _ September 24 20 20 before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. (seal) Minnesota State of p#wix County of Hennepin }ss. On September 24 2020 before me, Nicole Langer Notary Public, personally appeared Heather R. Goedtel, Attorney -in -Fact 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 IRMRxNio that the foregoing paragraph is true and correct. Minnesota WITNESS my hand and off Val seal Sig International Line Builders, Inc. Page B-3 of txcrf,,, NICO -_r CA7''=-a VE LANGER esol, d imy Co'nm�missss::on Expires Jan 31. 2023 (seal) International Line Builders, Inc. Page B-3 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liber Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8202635-190003 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Blake S. Bohlig, Brian D. Carpenter, Kelly Nicole Enghauser, Heather R. Goedtel, Michelle Halter, Jessica Hoff, Nicole Langer, Craig Olmstead, Laurie Pflug all of the city of Bloomington state of Minnesota each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 21 st day of November 2019 Liberty Mutual Insurance Company INsuR DIY INS&,,p a %Nsuq The Ohio Casualty Insurance Company �JPooaPORIq 0 y1. oRPoR, �y �GPooaP0�+aTgyn West American Insurance Company > J3 Foco Q3 Foc+ �3 Focn N 70 1912ya o 1919 00 g 1991 0 /� a) rd�9ss4cHU`�� .as ZO Zc�HA MP`v��,aDO �s 'NOIAW' .da C 9x� By David M. Carey, Assistant Secretary 2 State of PENNSYLVANIA > � County of MONTGOMERY ss m 0) C: a> On this 21st day of November 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O 3 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes = F- > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. w N cis N O L Qj O C a) N a) cc m a) E� E� om U > N L O ` Z 0 IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. pp'`- PONW,��1$< OF COMMONWEALTH Ol SeaINNSYLVANIA Teresa Pastella, Notary Public Upper Marion Twp., Montgomery County My Commission Expires March 28, 2021 By 'L NgyLV Member. Pennsylvania Association of Notaries / // eresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV - OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of September , 2020 . INSu/p 'J.4INSV,p� INslj-b �JpO0ar0gyr9P yJPooaaop,T 9y VPoOpropy 4— 3 Fo co �Q 3 Fo m w 3 Fo co 1912L� 0 o y 1919 1.o a 1991 0 ., d,99s`PAUS" .da y0NP`�iA � OHAM� a� �f �NoNP L3 By: a s�M * *aa Renee C. Llewellyn, Assistant Secretary LMS -12873 LMIC OCIC WAIC Multi Co 062018 00 _ M Q� O� E OM a- C:) v, O ai o aa) 3 a� Co > O O N M L__ C? 00 0- 0 CD r-- oCD 1— Travelers Casualty and Surety Company of America A Travelers Casualty and Surety Company TRAVELERS . c' St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Heather R. Goedtel of Minneapolis, Minnesota, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. r u 9 CL wP 9 KIriaWOiu, y e HACON O9MO�R a W CONNN., o sm 1 PN ri State of Connecticut y B City of Hartford ss. Robert L. Raney, Sehlbr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p,T� My Commission expires the 30th day of June, 2021 w, � ,e���p� Marie C. Tetreault, Notary Public Ot'G This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 24th day of September , 2020 JP�11 ANp FLMTFO W HNiTFORD, < C9MOIG.t! CONN. t AY � (-5-r Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880. Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached. 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 International Line Builders, 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 International Line Builders, 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. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor 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 International Line Builders, Inc. Page C-3 entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. International Line Builders, Inc. Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. International Line Builders, Inc. Page C-5 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Wednesday, October 14, 2020 5:37 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000286 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000286 International Line Builders, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. City of Newport Beach FY2019-2020 STREETLIGHT IMPROVEMENT PROJECT - EASTBLUFF Contract No. 7661-2 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach. California 92660 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. 7661-2 in accordance with the Plans and Special Provisions. and will take in full payment therefore the following unit prices for the work. complete in place. to wit: 06/12/2020 Date (951) 682-2982 Fax: (951) 346-3180 Bidder's Telephone and Fax Numbers 782515 A -C10 Bidder's License No(s). and Classification (s) 1000007032 DIR Registration Number International Li*Builder's, Inc. Bidder z I Bid,Of's Authored Signature and Title 3955 Temescal Canyon Corona, CA 92883 Bidder's Address Bidder's email address: Rafael.Robledo@ilbinc.com PR -1 City of Newport Beach Page 1 FY 2019-2020 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) (7661-2), bidding on June 16, 2020 10:00 AM Printed 06/23/2020 Bid Results Bidder Details Electronic Vendor Name International Line Builder's, Inc. Address 3955 Temescal Canyon Road Bid Responsive Corona, CA 92883 Bid Status United States Respondee Rafael Robledo Respondee Title Estimator Phone 951-682-2982 Ext. Email Rafael.Robledo@ilbinc.com Vendor Type CADIR License # 782515 CADIR 1000007032 Bid Detail Bid Format Electronic Submitted June 16, 2020 8:14:42 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 215214 Ranking 0 Respondee Comment Buyer Comment Attachments File Title File Name File Type Bid Submittal BID SUBMITTAL 0-7661-2 International Line Builders General Attachment Inc. pdf Bid Bond BID BOND C-7661-2 International Line Builders Inc.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment BASE BID • AWARD TO BE BASED ON LOWEST TOTAL BASE BID 1 Mobilization LS 1 $301621.00 $30,621.00 2 Traffic Control LS 1 $11;998.00 $11,998.00 3 Replace Existing Luminaire on Existing Streetlight Standard with New Leotek 30 watt, 4;830 lumen (GCJ1- 30J-MV-40K-2R-GY-0501, 240 volt LED luminaire EA 177 $466.00 $82,482.00 4 Replace Existing Luminaire on Existing Streetlight Standard with New Leotek 80 watt, 12,746 lumen (GCM1 60J-MV-40K-2R-GY-125), 240 volt LED luminaire EA 13 $550.00 $7.150.00 City of Newport Beach Page 2 FY 2019-2020 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) (7661-2), bidding on June 16, 2020 10:00 AM Printed 06/23/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 5 Replace and Install New Type 1 (18'-9") Standard (Ameron CAT. No. 4 -C1 -17-F4) and Leotek 30 watt, 4,830 lumen (GCJ1-30J-MV-40K-2R-GY-050): 240 volt LED luminaire EA 12 $4,425.00 $53,100.00 6 Replace and Install New Type IV (27'-9") Standard (Ameren CAT No. 1 -J3 -28-J8) and Leotek 80 watt, 12,746 lumen IGCM1-60J-MV-40K-2R-GY- 125), 240 volt LED luminaire EA 1 $6,906.00 $6,906.00 7 Furnish and Install New 248 Stranded Copper Insulated Conductors and 148 Bare Copper Conductor LF 40000 $2.90 $116,000.00 8 Furnish and Install New 448 Stranded Copper Insulated Conductors and 148 Bare Copper Conductor LF 300 $5.00 $1,500.00 9 Furnish and Install New 648 Stranded Copper Insulated Conductors and 1-48 Bare Copper Conductor LF 100 $6.00 $600.00 10 Install #3 1/2 F Concrete Pull Box per Detail "B" and Detail "C", and Detail "G" Location to be determined by the Engineer. Restore Surface (Full Panels) to Match Adjacent Area as Instructed by the Engineer. Pull Box Shall Be Configured Per Detail Indicted On Plan, If Applicable. Pull box shall be installed with locking bolls and bryce fastener penta nuts (Anti -Theft). EA 179 $871.00 $155,909.00 11 Install 43 1/2 F Concrete Pull Box per Detail "B" and Detail "C", and Detail "G" Location to be determined by the Engineer. Restore Surface (Full Panels) to Match Adjacent Area as Instructed by the Engineer. Pull Box Shall Be Configured Per Detail Indicted On Plan, If Applicable. Pull box shall be installed with locking bolls and bryce fastener penta nuts (Anti -Theft). EA 9 $806.00 $7,254.00 12 Furnish and Install #5 F Concrete Pull Box per Detail "B", Detail "C" and Detail "G". Location to be determined by the Engineer. Restore Surface (Full Panels) to Match Adjacent Area as Instructed by the Engineer EA 13 $693.00 $9,009.00 13 Remove and Replace Existing with New #3-1/2 F Eisel Concrete Pull Box EA 56 $492.00 $27,552.00 14 Furnish and Install New Single -Meter Type III -BF Myers Service Cabinet (MEUG-20X-316-100-SCE-120/240 1 PH/3W) EA 5 $15,117.00 $75,585.00 15 Re -grout and Restore Surface EA 36 $76.00 $2,736.00 16 Remove Existing Series Conductors Prior to Installing New Conductors LS 1 $1,215.00 $1.215.00 17 Remove Existing Series Conductors Prior to Installing New Conductors EA 2 $778.00 $1,556.00 18 Trim Brush. Grass and or Tree EA 34 $1,478.00 $50,252.00 City of Newport Beach Page 3 FY 2019-2020 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) (7661-2), bidding on June 16, 2020 10:00 AM Printed 06/23/2020 Bid Results Type Item Code UOM Qty Unit Price Line Total Comment 19 Furnish and Install New 1-14" PVC Conduit LF 125 $72.00 $9,000.00 20 Reset Existing Street Light Standard on Existing Foundation to Grade and Cut off Exposed Anchor Bolts EA 7 $1,495.00 $10,465.00 21 Repair Crack on Pole EA 5 $668.00 $3,340.00 22 Prune/Remove Existing Tree Roots EA 3 $616.00 $1,848.00 23 Restore Decorative Parkway and Landscaping EA 3 $2,053.00 $6,159.00 24 Replace Hand Hole Cover EA 3 $129.00 $387.00 25 Provide As -Built Drawings (Fixed) Fixed 1 $1,000.00 $1,000.00 26 Provide As -Built Drawings (Fixed) Allowance 1 $25,000.00 $25,000.00 27 Potholing in Parkway {Allowance) Allowance 1 $25,000.00 $25,000.00 Subtotal $723,624.00 ADDITIVE BID ITEM 28 Furnish 360 degree Shields (ADDITIVE BID ITEM) EA 2 $39.00 $78.00 29 Furnish House Side Shields (ADDITIVE BID ITEM) EA 4 $39.00 $156.00 Subtotal $234.00 Total $723,858.00 Subcontractors Name & Address Description License Num CADIR Amount Type DC Drilling Inc. Directional Drilling 995044 1000014902 $3,500.00 2954 Cody Court Riverside, CA 92503 United States Treesmith Enterprises Tree Trimming/Landscaping 802705 1000001838 $42,300.00 1551 N Miller Anaheim, CA 92705 United States CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P ADDENDUM NO. 1 FY 2019-20 STREELIGHT IMPROVEMENT PROJECT (EASTBLUFF) CDNTRACT NO, C-7661-2 DATE: '1 2P20 BY: CITY ENGINEER TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the contract documents — all other conditions shall remain the same. PRE-BID QUESTIONS: Q1: According to the specifications, it states that "Photocells on luminaires shall include shorting caps." To clarify, the fixture will have a photocell receptacle (PCR7) and a shorting cap, correct? Not a photocell (by Fisher Pierce) and a shorting cap. Al: The luminaires will include a 7 -pin socket with shorting caps. No photocells. Luminaire product numbers to be used are as follows: • GCJ1-30J-MV-40K-2R-GY-055-PRC7-SC (See Attachment A) • GCM1-60J-MV-40K-2R-GY-125-PRC7-SC (See Attachment B) \users',pbw\shared\contracts\fy19-20 current\200 - streets and drainage\streetlight rehab project c-7661_20v02\bidd1ng documents\addendum no. 1\c-7661-2 addendum no. 1.docx Bidders must sign this Addendum No. 1 and attach it to the bid proposal A bid may be deemed unresponsive unless this signed Addendum No 1 is attached I have carefully examined this Addendum and have included full payment in my Proposal. International Line Builder's, Inc. Bidder's Name (Please Print) 06/08/2020 Date Authorized S' r T' `p¢. ,60 -4 - Attachments: A - Specification Sheet (GCJ_J-Series) B - Specification Sheet (GCM_J-Series) is\users\pbw\shared\contracts\fy19-20 current\200 - streets and drainage\streetlight rehab project c-7661_20v02\bidding documents\addendum no. 1\c-7661-2 addendum no. 1.docx ATTACHMENT A LE TE K . , o( 2C'� I Typ u LITE-ON GROUP Catalog No- GreenCobra T14 Jr. LED Street Light GO J-Series Specification Data Sheet Luminaire Data Weight 7 lbs [3.2 kg] �E EPA 0.39 ft 9.6, 43 ­1 1466 ­1 "e-14 .11 i11 !1A Ordering Information ",mr—t N,. t,;I 1 1(-; rov i.,' vN,! LED Color Model* Voltage Distribution Finish• Output Cade`Options Code Temperature GCJ1* 301 MV 120 )//V 27K 2700K 211 type 2 GY '--,,,v peter to Pige FOC' I-ixed Out put Code GCJZ* HV 14l .18()V 30K 3000K 3R 1v t' le R DB 1—)dtk i to 1 010 LPCR Less Ptlwt,i em:iol GCJ3* 40K �10(oK 3F �vok� 31`C')2(. "Y! " 11 I(e r Rest!pjjcLc SOK C 0 0 V 4 'yoe.1 � e BK `�i3lPCR7 NS! .' ,v!r,,h, P,t,, 5 'ane cLori[rw PCR7-CR Cnntrul vy e t­_ Receptacle, WL 48 RWG SVVTB BBL DSC dt, 1, 't CF Coastal 11,pril I IntSh SP2 'Ir.,WO ',tjrj'. '.1.1. h" LSSP2 Accessories' 1,A, HSSJGC)' , 7 �i :,i - I , ., lk! CSSJGCJ 'Id '111ol't '­"j: jr t FSSJGCJ SPB Sq,.aTe P(,,Ie Hui ion:jl Aioi RPB RI,,:rd '­le H, nt,wt,i Arul y!„t PTB :(p Hortzt)w,d z Arra Sr icke' V f, PTB2 Onle lop lerion Horumilil Arm Bracket 17 (a) I F.(1 ) 13SK 31rd r•: ";)I de, k1! . . ....... LLPC te lwltI( I o( k 11tc)( SC A I-- t­r'j, .. .. .. ..... th., lI I I� r CECIC B" C&S MM 1J. S, A USTED Page 1 of 5 LE TE K LITE -ON GROUP Luminaire Specifications Housing Die cast aluminum housing with uriversa! two bolt slip fitter mounts to 1 1/4" to 2" (1 5/8" to 2-3/8" 0 D diameter mast arm One-piece a uminurn housing provides passive heat sinking of the LEDs and t as upper s utace�, that shed preupitation. Four -boil mourtmg oracket (4B option) is ava: able Mounting provisions meet 315 vibration per ANSI C136 31- 2010 Normal Application, Bridge & Overpass by independent lab. Mounting has leveling adlustrnent from t 5" in 2 5' steps. Flectncal components are accessed without tools via a high-strength, non-conductive polycarbonate door with quick -release latches Poiycarbonate material meets UL 746C fur uutdoor i.,sagc Available rubberwildlife guard fRWG ciDnC•r ccrfurn�s to •Hast arm mtn r(j gaps Light Emitting Diodes LEDs produce nominal 90",r of inina; rnensity at 60,000 hours hours of life per IES recommended turner) rnaintenam e lite projection based on 6 ernes the durahnn of lin cullecued LM 80 data For details a -i IESNA oosir;:r c _ED Procu:t Lifetime Pied cbo-i °5 10-18 LED: have correlated c for temoeratu,e ,-,f 2700K (270. 3000K (301<). 4000K fA0K,, ca SOQOK (50K)and 70 CRI n,niniiurn EDs are ROHS cornpliant, 100'., mercury anc 'ead free Field Adjustability LED lumen output can be changed in the held to adjust light output for local conditions (not available with PCR 7 -CR option) The specified output code will be the factory set output Feld adlustmerts can be made with the outru+ se`ecror :rcli_: ed in the F 'ure field a ,c,stab e ange shown cer-orrrance :,ata table Quality Control Every �urninaire is perfo, mance tested before and af,e( a 2 hour burn in nencd As;emniecj in the USA Color Specifications ATTACHNJENT A GreenCobraTM Jr. LED Street Light GO J -Series Specification Data Sheet Optical Systems Micro -lens optical systems produce IESNA Type 2, Type 3. Type 4, or Type 5 distributions and are `ully sealed tc ma:ntan an ':P66 rating. Luminaire orocuces 0"- total lumens above 90° iBUG Raring. 'J=0) Onhcrial house side shoe -,its light off at i 12 n-cunnng neight behind lummaire Front side snieid cuts light off at approximately one mounting height in front of the !uminaire (street side) Cul de sac, sin eld provides back and side light control for end of cul-de-sac applications. All shields are field nstallable without toois Electrical Rated fe of electncat --omporerts is 100,000 hours Jses isolated power suppiy that is 1-10V dimmacie Power s;,pp;v 'wired with quick -disconnect lerrrurai5 FNdC r -leets ur exceeds SCC C=R Part 15 "er^^i^al block accommodates 6 to 1z' gauge wire Surge protection compaes with !EEE/ANS C62.41 Category C High, l0k'V 5kA and ANSI C136 2- 20115. 3 -cart test Power Supply P66 ratea puns pow. si.,pp v with hil—t o0wCr 'aCtcr GC'„ A,io ,en< ^g jr:Ve'sal AC rput from 126 ro 77VAC IMV muse ) and 347 to 480VAC mode) rated for doth ,re to 'ane aed line t;, neutral anolications. Maximum THD raring iJ 20"., C ass 1 0+ Class 2. Built-in overheating protection mechanism will reduce drive current to LEDs and electrical components if the driver experiences unusual mterra; overheating s tuahon Built-in short Crcutt, voitage ove,load, and current overinad Ur'Otectic" witi' _ ..err ih: ecove •.i aft c. correc�cr Controls 3 -Wire phctocun,r,:r, +eceptacle r, starcara ANSI 0136 41 7 wire !;'CR71 photucontrol receptacles is available All photocontrol receptacles have too; -less rotatable bases. Wireless control module is provided by others Finish Housing receives a durable, fade -resistant polyester powder coat Krish with 3 0 mil nominal thickness Standard finish tested to withsta•"d 5000 hours in salt spray exposure per AS -M B1 17 and Coasta F msh per AS'i M G85 -ish rreets scribe creepage rating 8 per ASTM D 155.1 Finish tested 500 hours ir. UV expusure per ASTM 6154 and meets ASTM D523 gluss retention Usti n g s/ Rati n gs/ La be Is Luminaires are UL listed for use in wet locations in the United States and Canada. Design Lights C onso-num` qua;,hed product Consult DLC OPL for Standard and P-emium Cassificatior L,snngs All electronic components ns,de o° tho ^ ira,•e a•e NR -L damp cca-on rated i.er ANSI :36 3 7 2011 ng-ess Protect'on standard nternanona' Dark Sky Association seed Lum pare is quahfed to operate at ambier:t temperatures of 40"C to 40"C. Assembled ❑i the USA Photometry umira,re.. o •et^r:e;r cs are tested by cerh` ed ndeper. .em 5:abcratc ;rdarce Ej ._\,t 7rj esrng ,;rocecure, warranty 10 year hrruted warranty ss.aedard ur rumna.re dud cornpunents See l euteK .,_,in tui warranty details Vandal Resistance Housing and optics rated to IK10 Certification and Compliance ummai r c umphes w fh ANSI C 136 2 ':136 3 0136 -,1 C' 3b t 3 136 15 Ci36 2 36 3: Ci36 35. i 13b <: .136 a i 1-62 41.:_ I8 377, C8 77 0 -her rCt. 41 t Lit. EC: 60598 RO^5 1449.1 i iS98 Page ; of Pantone Order Code Color RAL # Equivalent GY Cray 7040 :29C BK Black 9004 426C DB Dark Bronze 6022 BLACK 2C Finish Housing receives a durable, fade -resistant polyester powder coat Krish with 3 0 mil nominal thickness Standard finish tested to withsta•"d 5000 hours in salt spray exposure per AS -M B1 17 and Coasta F msh per AS'i M G85 -ish rreets scribe creepage rating 8 per ASTM D 155.1 Finish tested 500 hours ir. UV expusure per ASTM 6154 and meets ASTM D523 gluss retention Usti n g s/ Rati n gs/ La be Is Luminaires are UL listed for use in wet locations in the United States and Canada. Design Lights C onso-num` qua;,hed product Consult DLC OPL for Standard and P-emium Cassificatior L,snngs All electronic components ns,de o° tho ^ ira,•e a•e NR -L damp cca-on rated i.er ANSI :36 3 7 2011 ng-ess Protect'on standard nternanona' Dark Sky Association seed Lum pare is quahfed to operate at ambier:t temperatures of 40"C to 40"C. Assembled ❑i the USA Photometry umira,re.. o •et^r:e;r cs are tested by cerh` ed ndeper. .em 5:abcratc ;rdarce Ej ._\,t 7rj esrng ,;rocecure, warranty 10 year hrruted warranty ss.aedard ur rumna.re dud cornpunents See l euteK .,_,in tui warranty details Vandal Resistance Housing and optics rated to IK10 Certification and Compliance ummai r c umphes w fh ANSI C 136 2 ':136 3 0136 -,1 C' 3b t 3 136 15 Ci36 2 36 3: Ci36 35. i 13b <: .136 a i 1-62 41.:_ I8 377, C8 77 0 -her rCt. 41 t Lit. EC: 60598 RO^5 1449.1 i iS98 Page ; of ATTACHMENNT A LE TE GreenCobraT"' Jr. LED Street Light K LITE -ON GROUP GO J -Series Specification Data Sheet Performance Data: 2700K (27K) Ah r,., .r .,:dnrnal :,Ie, ue .,I! C,. r'. av;ncfo, Product LED Code Output Code System Delivered Efficacy System Drive Field Adjustable Wattage (W) lumens (Lm)' (Lm/W) Current (mA) Output Range z.39/ 141 Iso GU1 301 26 3697 42 470 ^'1r, 30 .1:r'L` 38 a8U ons n?4; 139 ,3C G02 30; iZ3 j0C 141 I0 06', 19 6i34 H/ ?80 L' /!, 54 /3138 Li / 360 GU3 301 08U 58 ?830 13; 930 08S 64 8,148 Lit 99() 09C 67 SRi 132 IOSU P7r!w: Performance Data: 3000K (30K) Product LED Code Output Code System Delivered Efficacy System Drive Field Adjustable Wattage (W) Lumens (Lm)' (Lm/W) Current (mA) Output Range ).A3 149 7',0 GU1 301 040 ; ? 4058 117 470 u4'; 3(i 1,G 30 GU2 0? i i2C i<t3 Gus 3a1 088 r. Xz3(, H 930 09U 64 X,960 140 990 095 hl 9330 i40 Now. ' ,r r rr I...r \j..,r .,.i' t i '.i.•.;... it-'. .: ,1. i '• r , i r I : i r Performance Data: 4000K (40K) and SOOOK (50K) Product LED Code Output Code System Delivered Efficacy System Drive Field Adjustable Wattage (W) Lumens (Lm)' (Lm/W) Current (mA) Output Range 07'- I i 7hh9 I'; 1 J�0 GUl 301 4', I :' 99 161 4 7 0 0,)0 30 1X30 161 4X0 U',', III Y'3.1 163 30 GU2 3G1 OW ! / '-XX GU3 3i71 :°i, R:1h !4h y3 Not". . M: n.. _I .,.., . „rr.0 : .....u:, ... I„ ,_. r : I ,, n.,.l xl r p Ir.,r. r,,.., . i.. i l �.,:. u..,, :.•! ,. ,, , I � L- I n.,... Page 3 of LE TE K LITE -ON GROUP BUG Ratings: 2700K (27K) Type ?R M dal-, nrnnmal l' I'i,. lo, -III ; ,l-, If ` . rr1 1!'1 ' 11 -t-'K •:• -m. Type 3R Product & Type 2R Type 3R Product & BUG BUG BUG Output Code Output Code Rating LED Code Rating Rating BI -UO -GI 02S B1.010 -6i 31-UO-Gl 31 610-61 035 B] U01-6; Bi UC -G. G01 30J B i (I(1 -C: I 045 ll(yl-i B1 I'i-��i 040 3: -U0 -G1 Bi -UO -G: R! 00-(: I 045 RI -UO-GI 91 -UC -GI 91 UO -G1 050 32 UU-G1 Bl -UO -G1 GU2 30J 065 3) -U(` --GI 91 -UO -G, 060 Fit-UU-G) 61 -UO -G) .3 u0 -G2 065 B) UO -G) BI -MGM B? -UC -G 075 B2 -U0 -G2 131 -UO -G2 GU3 30J 080 R)-UU-G? B2 -UO -G2 R2-U(a-(;: 085 Fs2-(JO-C2 62-UU-G2 R2 090 BUG Ratings: 3000K (30K) BUG Ratings: 4000K (40K) and 5000K (50K) Type 31 BUG Rating 31 -UO G- 31-UOC, Bi -UC -G- 91 -UO -G,' R I -UG -Ci; B1-UG-G�' R2 -U0 G:' 32 UO G2 Type 3F BUG Rating Rf UOG'. Ei .;C G- B) UU.(;. ATTACHMENT A GreenCobraT"' Jr. LED Street Light GO J -Series Specification Data Sheet Type 4 BUG Rating B1 -UO -GI R I UO -G I B l U0 -G 1 3I -UO 6 81 -UO -GI RI UO -G) RI (.)0-6) B2 U0 -G2 R) -UO -G) BL U0-GZ B> -UO -G1 Type 4 BUG Rating R I UO -G l B!�li(1-G1 hI 610-(;I BI-UU-i;! 31 630-G? B2 (;0-G? FW (10.6) R) 110-(.) R7 'UO (j) B) UO G) Type 5 BUG Rating B I -UO -G 1 82 -U0 -G I 82- L10 -C. 1 B)-jfl-G I B 3 -UO -G 1 83 -U0 -G3 R3 -UO -G I B 3 -UO -G 1 33 -UO -Cl ! 83-U0-: i R3-L(i-03 Type 5 BUG Rating B)-UO-C,I 82-U0 61 B_ .,C• 93-00-C 1 R3 -UO -G B3 -j( 1 B3 -UO -G I B3 -(i0 -G2 Type ?R Type 3R ype 3F Type 4 Type 2R Type 3R Product & BUG BUG BUG BUG Output Code Output Code LED Code Rating Rating 015 BI UI(II BI -UO -GI Rating 040 B 31 610-61 GU1 301 025 R I -(J(1 G! R1 UO G I B i (I(1 -C: I 045 ll(yl-i B1 I'i-��i 045 R I 00 i,1 R I -UO-G I R! 00-(: I R I UO -G I 6355 32 I!C G 91 UO -G1 GU2 301 065 3) -U(` --GI 91 -UO -G, 91-110-G1 0717 B2 � ( GL .3 u0 -G2 075 9)UO-G) B? -UC -G 1503 301 080 [1 11 110 G) R24U0-6--) Uh,il 090 Il) UO -G) R2-U(a-(;: 1u(LG (195 R) -UO -G) R2 BUG Ratings: 4000K (40K) and 5000K (50K) Type 31 BUG Rating 31 -UO G- 31-UOC, Bi -UC -G- 91 -UO -G,' R I -UG -Ci; B1-UG-G�' R2 -U0 G:' 32 UO G2 Type 3F BUG Rating Rf UOG'. Ei .;C G- B) UU.(;. ATTACHMENT A GreenCobraT"' Jr. LED Street Light GO J -Series Specification Data Sheet Type 4 BUG Rating B1 -UO -GI R I UO -G I B l U0 -G 1 3I -UO 6 81 -UO -GI RI UO -G) RI (.)0-6) B2 U0 -G2 R) -UO -G) BL U0-GZ B> -UO -G1 Type 4 BUG Rating R I UO -G l B!�li(1-G1 hI 610-(;I BI-UU-i;! 31 630-G? B2 (;0-G? FW (10.6) R) 110-(.) R7 'UO (j) B) UO G) Type 5 BUG Rating B I -UO -G 1 82 -U0 -G I 82- L10 -C. 1 B)-jfl-G I B 3 -UO -G 1 83 -U0 -G3 R3 -UO -G I B 3 -UO -G 1 33 -UO -Cl ! 83-U0-: i R3-L(i-03 Type 5 BUG Rating B)-UO-C,I 82-U0 61 B_ .,C• 93-00-C 1 R3 -UO -G B3 -j( 1 B3 -UO -G I B3 -(i0 -G2 Page d el 5 Type ?R Type 3R ype 3F Type 4 Type Product & BUG BUG BUG BUG BUG Output Code LED Code Rating Rating Rating Rating Rating 025 R I -(J(1 G! R1 UO G I B i (I(1 -C: I R I (JO G I P2 -UO -6 I 045 R I 00 i,1 R I -UO-G I R! 00-(: I R I UO -G I 82 L10 -G I GUI 301 050 81-00(j1 91-110-G1 11IU('•t,1 1311)0-(,I B2-UU-61 55 82 1W r:;i 31 00-61 11 UC (j1 BI -110 A 83 UU-r. I Uh,il 8)-il(l-:� ! 31 UCI 1u(LG 1502 301 BL UO -CL B1 .,- i1I,(!-G. BI ,A3 -G2 B_�-6661-�!. 080 R) ,M G: Ri -UIJ-G i JG -.ii Ri UU i�J B3 'J0 (�l G03 30J 184 Bi -11, W, W R; UU _1 93.11II-(: I 090 B2 UO 62 B1 UO_( L'(' UO i-;? BZ L)O 095 R) -UO -G) R)-UU-G) Fi)-U(I CJ li)-U(I-t;) Ri-(3(1-G? Page d el 5 LE TE Kf LITE -ON GROUP Optical Distribution (Each square block represents one mounting height, MH) MR MH Typi, ZR . .1. _.. ATTACHMENT A GreenCobrall Jr. LED Street light GO J -Series Specification Data Sheet MH Typc 3R Page 5 of _� LE TE K GreenCobraTM Midsize LED Street Light GCM J -Series specification Data Sheet Luminaire Data Weight 10lbs [4.6 kgj EPA 0 44 h Ordering Information SdmpL> Uitalog No (,CML 301 NIV AOR _R Gy 130 PCP WL I I ;310 mm1 ATTACHMENT B / �� E ^.E - (551 mml ' II E 1 I i 1 - 111(f 11111 Model . LED Code Voltage Color Distribution Finish Output Code` Options Temperature GCMS' 601 MV 1 % 1 rV 30K ;COK 2R;.L;1' ; GY e:er :, •':;11r FOC GCM2` HV 1' _. 40K r:r: 3RLPCR DB .�rk �p GCM3' 50K 3F 4 BK PCR7 ',VS v P, 5 .. .': PCR7-CR .orlr Rr r.•, Receptdd-' WL 48 VL RWG 4ubber!Nrldlrc Guar,_; SWTB Straight Were !enr:ndl Rln: x BBL Bubble Level DSC Door Safety Cable CF Coastal Pdlnl Furnl: SP2 F LSSP2 Accessories" HSSJGCM' CSSJGCM .... (.. FSSJGCM %.... .. ., :. 5P8 art: �:: ie` :,nr .:rt!I r.. RPB ;,ijrd Pole F. ,. a:;t AT[- :?,,.. ..:I w PTB t ,.^nr 'ron'c;n L; PTB2 Pt,l, Top lennn Horltont'i Arm Hrdt.ket I iLJ I h0 i WB 1Nall Hor-zortdl Avr Br (ke: nv ., ,., :.•..�..,. ,. I:. :,_.:1 ,,,:.,., , ,,.., .,,. , .. LLPC I h. • t ,.- :�: 'wis , o(.k Plot u,,,,Trr SC LE TEK Luminaire Specifications Housing Die cast al.jmr,urn nc,,us:,)g vvjr,j.jr,!vr_,aj twc Its c Ft -e, -iou,ts -0 _' _';4 c) 2 3/8 0 11 1 ,.,arretef ,rT :rli;,r �i;s rg provjoj-(_,s PaNllvc tie t 'IfIK!flg of the .F ,s shed Qieci.p-aticn. Foul -belt MC ­'f;19, b7ackel (413 option) -s available. Mounting P,ovtsions ,-nect 3G vibration per ANSI C136 31 7010 Nnr 'nal Application, Bridge & Over pass by dependent tes: iat Mourting has evelirg aci %lment from Ti 1 E or"ou, en',s are ace e., too" ';'; a -:9--s—eng-,r) ncr-lccnducT7,ve ojuor vv rf, cjick e!easEi at( e, Pulycarbceate mateiial meets I -L 7460 fur ur,tc10(;r Ava lade rubber wildlife guar;; (RVVC) option) conforms to mast arm wi,,[, nu Varjs Light Emitting Diodes 1.`Dt produce ^.Cr_ n -; - , al "te, at 60 000 ^Dj base: _rf_-,,-',4 LKI 10, cat,I, Ps, i: -on on -ED :'Icduc', _ ie -ir-e J. dr: 16' 18 LFr)--, have ccyrelaieij -)I 3000l, k (30<), 4000K (40K). and 10 CRI -rjnir-t,,r, LEDsare R0HS f7onipli;,". Field Adjustability e with PCR 7 -CR 'nc ,pe, i,.en :Ajtfl­t Code will be the f'Xk)[Y 101 011*,p:jf Field ldjljstmunts can he made with thi, C)ij,lptj: ,elector wcludeu in the hxture [Awgc Vtowjl :ri Quality Control ,,to d3 -e' a 2 tet, c! r, 'Ise _ A ATTACHMENT B GreenCobra'" Midsize LED Street Light GCM 1 -Series Specification Data Sheet Optical Systems M,cro-len, ^pr -ca; vstcrrs Qrcdu,e ES%_, 7%1r,c 2, Type 3 wpe 4, and are Se -, ec 'G 0:) -c -a no:;Ee s,de sre,(,' Cuts light Ji at 1/2 m2u't­,-!9 he,grr beh(:,oi urninaiie. Front side shiEju cuts lignt cif M approximately one moan ng height ir front )f the lurr'l-)aire (street side) Cul de sat Aijr.Jd prcvidet. pack and cortrol f"r ac avurl-a-,o,� sl-fe c; c - Electrical Ratec life or e:ect, car ror^_­_iner,. hours JseS solated power �uopty that r- 1 10V d rtmablc Power Supply is wired with quick [jj� U (.rrr,r,rt tollyllilais EMC rru­c,t,: ;)r exceec', FCC CFR -art -5 Terrn,na! bio, K 7E. 3 Power Supply P66 r,ite(t I.,uwf-,, Pk)we, S,,,ppiy w,Ii I,,V,, Power `actor of = 90", A.ito serising AC npu( frum 1 to r 77VAC IMV ­Lqj,e )did 3:7 t 0 `R,DVAC (H"' r,(;I I or -f. ll -e arl tE :-,F it -on, 20 r r Cass 2, B. -Apr,'Flt­lct'i ur ijsl;al 'J! ove,heannp vtuanon Built-in ,ror', rFCU t voltage Ovf'flnAd. and r(rrierit overinad ,rotect,or recovery c,*,,'Ter Controls _- ANS; '7-,") :l ieceplacl(.- have tuol 1(,sc rutataple Ljsc,• 011t[LIJ 'Tjf)rlj.l(.1 is p;UvOed by Color Specifications Order Code Color RAL # Pantone Equivalent GY -:29C BK 31ac, 00 d26C DB Dark Brcri.le 6.022 BLACK 2C Finish -:)us ng rece,ves a dwallc face­es,zaf i L:,)Ivester covvde! ­? -D nj -0- ^loress Sltancar_tc w � �r hn sr :este, ro�Js ir �e t ccr A -S -M r-vd Coastal Fr^js!i per be creepage rating 8 per ASTM D1654 F:n:S,j tested 500 hours in UV exposure per ASTM G 1154 and meets ASTM D523 gloss retention Listings/Ratings/Labels .-jmlra res are L_ I tc:7 .,Se r suet car cr, in 9-,. Un --ec 5-larez :ir!u Cc -s— -orcr_­, ccrs-ji,l, cp: f:Or S-'arcarc anal ""?M:';r" ClaSS L;St ngS All eiectronic _orporlertt ,side of the I.r, ;nage are MR -1 damp locaticr, !ateo per ANS: 1136.37 2011 Ingress Protemoii standard International Dark Sky Associaron it,,ted I urninaire is quah4'ed 't, operate at ambient terl,E)cratwes of 40'C to,, L Photometry C es t co e, Warranty 10 year lun:ied war,.!-Iiy (s stewoard Lin •wrwidiitl ar,(J om o eras Se- [t,,jio,K o_Ljq: ror Na'rant, Vandal Resistance Certification and Compliance nacre cumpw.,,, & In ANSI: Ci36 2, Cl 36 3. 01 36 10 C 136 13. C S 36 1,), C 136 22, C-36 31 1 36 3 136 37. C136 a 1 , "62, 377, S 2 7 -1 1 Other F"aP'p .? _1 :-. ATTACHMENT B LE TEK GreenCobra TM Midsize LED Street Light GCM 1 -Series Specification Data Sheet Performance Data: 3000K (30K) Product LED Code Output System Delivered Efficacy System Drive Field Adjustable Code Wattage (W) Lumens (Lm)` (Lm/W) Current (mA) Output Range 480 00 9940 GCM1 60, 110 T) 10999 590 120 SO 12029 ISI 650 12' 85 '26C,1 148 GCM2 iC 13169 '48 710 45 7 60 7QC GCM3 6 i 7ri 17210 iC SO 13' 7846 13,: 0", Nol h.: 01 Performance Data: 4000K (40K) and 5000K (50K) Product LED Code Output System Delivered Efficacy System Drive Field Adjustable Code Wattage (W) Lumens (Lm)' (Lm/W) Current (mA) Output Range 59 0162 ;80 105;5 ;6" AO GCMI 601; i15 2 11574 6i ;y0 7 d r, 3 GCM2rC C ;40C 68 7", 1. 9CG GCM3 60. 185 23 18387 149 y71) 0 �'32e-1 - I - -, �, . LE TE KC,p BUG Ratings: 3O0OK (3OK) 'iorr nc�, TES f-.ies for a- cc'- .re wt,d a5 e a� eae.o�n BUG Ratings: 4O0OK (40K) and 5000K (50K) Type 2 -ype 3R Product & Output Code BUG BUG LED Code Type 3R Rating Rating BUG 090 B2 UO G2 B' 'A G2 100 B) UO G2 R? UO G) GCM1601 110 B2 UO G2 B2 GO G2 - 83 Jr, G2 B UC. G2 B3 JO -G2 GCM2 60J 3 3= JO G3 _ : G: 53 U� (-,3 83 UO G3 :6 G B3 Ju G3 32 L10 C-11 B3 JO G3 a3 r � G i GCM3 601 17('. B3 UO G3 93 B3 UO G3 8'^ B3 JO G3 R3 iii G.3 BUG Ratings: 4O0OK (40K) and 5000K (50K) T'yoe 2 Type 3R Product & BUG BUG LED Code Output Code Rating Rating GCM1 601 53 U� (-,3 3S B3 Ju G3 32 L10 C-11 GCM2 601 140 63 UO G3 B2 UO GI B3 UO G3 B.� B.; UC G3 GCM3 601 - ATTACHMENT B GreenCobrar" Midsize LED Street Light GCM 1 -Series Specification Data Sheet 'roe 3F BUG Rating B2 JG G2 B2 UO G2 B2 UO G2 B 'JG G) B :1C' GL R; B2 UG G2 63 UO G2 B3 UO G2 33 UO G3 iyoe 3F BUG Rating 7i JO C: BL UO G_ 13) UO G 112, UO G2 �3 C�C;v3 54 _i0.r3 3 : i C: Type BUG Rating 82 UO G B2 UO G' B2 UO G2 B,' 0 C; B2 v0 G B3 U0 G2 B3 Uli G3 B3 UO C_:3 Type 4 BUG Rating B2 uu G2 B2 UO G2 R3 Ji) c.2 !0 C1 Type 5 BUG Rating 62 UO G2 B3 UO G2 B3 JO G2 53 'JO G2 K -IC G, R-� JO G2 84'JOG2 B4 UO G2 B4 UO G2 R4 UO G2 lype 5 BUG Rating b3 JC G. 83 JG R3 J10 (.2 B4 JC G2 B4 UO G2 B4 UO G2 B4 UO G) g i,^ G: FdBe c .!I ATTACHMENT B LE TEK GreenCobra T" Midsize LED Street Light GCM J -Series Specification Data Sheet Optical Distribution scua,e cm eo,e,,cri; ane roe, ,nQ r:c � i . MH MH TVpe 7R Type 3F MH Type 4 Type 5 Page') " 11 Page 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 FY 2019-20 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) PROJECT NO. 20V02 CONTRACT N0.7661-2 DATE: June 12, 2020 BY: City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. NOTICE INVITING BIDS Change bid opening to 10:00 AM on TUESDAY, JUNE 16, 2020. SPECIAL PROVISIONS 9-3 PAYMENT The following Line Items have been updated in PlanetBids, and shall be revised to read as follows.. Item No. 26 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. This pay item shall be for additional potholes needed to locate utilities that are not clearly noted on the plans. 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 of $25,000.00. Pothole locations shall be determined by Public Works Inspector. This item may be removed or reduced Page 17 of 27 in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. Page 2 of 2 Item No. 27 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. This pay item shall be for additional potholes needed to locate utilities that are not clearly noted on the plans. 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 of $25,000.00. 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. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may not be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. 7L-it-e4-nUhine+l lade Bidder's Name (Please Print) T"I I CO i'xmxO Date' Authorized Signature & Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS FY 2019-20 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFF) PROJECT NO. 20V02 CONTRACT NO. C-7661-2 PART I - GENERAL PROVISIONS 1 SECTION 1- TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 2 3 3 3 3 3 4 4 4 4 4 4 4 4 5 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 7 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7 7 7-1.2 Temporary Utility Services 7 7-2 LABOR 8 7-2.2 Prevailing Wages 8 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4 Storage of Equipment and Materials 8 7-8.4.2 Storage in Public Streets 8 7-8.6 Water Pollution Control 9 7-8.6.2 Best Management Practices (BMPs) 9 7-10 SAFETY 9 7-10.3 Haul Routes 9 7-10.4 Safety 9 7-10.4.1 Work Site Safety 10 7-10.5 Security and Protective Devices 10 7-10.5.3 Steel Plate Covers 10 SECTION 9 - MEASUREMENT AND PAYMENT 11 9-2 LUMP SUM WORK 11 9-3 PAYMENT 11 9-3.1 General 11 9-3.2 Partial and Final Payment. 17 PART 2 - CONSTRUCTION MATERIALS 17 SECTION 200 — ROCK MATERIALS 17 200-2 UNTREATED BASE MATERIALS 18 200-2.1 General 18 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 18 201-1 PORTLAND CEMENT CONCRETE 18 201-1.1 Requirements 18 201-1.1.2 Concrete Specified by Class and Alternate Class 18 201-2 REINFORCEMENT FOR CONCRETE 18 201-2.2 Steel Reinforcement 18 201-2.2.1 Reinforcing Steel 18 SECTION 203 — BITUMINOUS MATERIALS 18 203-6 ASPHALT CONCRETE 18 203-6.5 Type III Asphalt Concrete Mixtures 18 PART 3 - CONSTRUCTION METHODS 18 SECTION 300 - EARTHWORK 18 300-1 CLEARING AND GRUBBING 18 300-1.3 Removal and Disposal of Materials 18 300-1.3.1 General 19 300-1.3.2 Requirements 19 SECTION 302 - ROADWAY SURFACING 19 302-4 SLURRY SEAL SURFACING 19 302-4.8 Spreading and Application 19 302-4.9 Field Sampling and Testing 20 302-5 ASPHALT CONCRETE PAVEMENT 20 302-5.1 General 20 302-5.8 Manholes (and Other Structures) 20 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 20 302-6.7 Traffic and Use Provisions 20 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 21 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND 21 DRIVEWAYS 21 303-5.1 Requirements 21 303-5.1.1 General 21 303-5.5 Finishing 21 303-5.5.2 Curb 21 303-5.5.4 Gutter 21 400-2 UNTREATED BASE MATERIALS 21 PART 6 - TEMPORARY TRAFFIC CONTROL 21 SECTION 600 - ACCESS 21 600-1 GENERAL 21 600-2 VEHICULAR ACCESS 22 600-3 PEDESTRIAN ACCESS 22 SECTION 601— WORK AREA TRAFFIC CONTROL 23 601-1 GENERAL 23 601-2 TRAFFIC CONTROL PLAN (TCP) 23 PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 24 SECTION 700 — MATERIALS 24 700-1 GENERAL 24 PART 8 - LANDSCAPING AND IRRIGATION 26 SECTION 800 - MATERIALS 26 800-1 LANDSCAPING MATERIALS 26 800-1.1 Topsoil 26 800-1.1.1 General 26 SECTION 801 - INSTALLATION 26 801-1 GENERAL 26 801-6 MAINTENANCE AND PLANT ESTABLISHMENT 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FY 2019-20 STREETLIGHT IMPROVEMENT PROJECT (EASTBLUFD PROJECT NO. 20V02 CONTRACT NO. C-7661-2 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. R -6097-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2015 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website: http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased online at www.bnibooks.com/products/standard-specifications-public-works-construction or call 888-BNI BOOK (888-264-2665). The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 27 At the time of the award and until completion of work, the Contractor shall possess a Class "A" or "C-10" 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 Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE 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 Delete the second paragraph and replace with the following: The Contractor shall submit to the Engineer, a minimum of seven days prior to the start of work, a list of controlling survey monuments which may be disturbed. The Contractor will: a) set survey points outside the affected work area that reference and locate each controlling survey monument that may be disturbed, b) file a Corner Record or Record of Survey with the County Surveyor after setting the survey points to be used for re-establishment of the disturbed controlling survey monuments, and c) file a Corner Record or Record of Survey with the County Surveyor after reestablishment of the disturbed (permanent) controlling survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Corner Record or Record of Survey with the County Surveyor 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. Page 2 of 27 SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.2 Basis for Establishing Cost 3-3.2.2.3 Tool and Equipment Rental Tool and equipment rental rates shall be based on the current Caltrans rental rates. 3-3.2.3 Markup 3-3.2.3.1 Work by the Contractor Delete this section and replace with the following: The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 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 in this subsection, one (1) percent may be added as compensation for bonding. 3-3.2.3.2 Work by a Subcontractor Delete this section and replace with the following: When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3.1 shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided in this subsection, one (1) percent may be added as compensation for bonding. SECTION 4 - CONTROL OF MATERIALS Page 3 of 27 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES 5-1 LOCATION 5-1.1 General The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sandblasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION Page 4 of 27 All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. During asphalt paving operation, manholes within paving area shall be temporarily lowered and covered. Upon completion of paving operation, manholes shall be permanently adjusted to finish grade. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. 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 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. Any unwanted materials shall be hauled away by the Contractor. SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule 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 baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline 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 baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the 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. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In addition, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. Page 5 of 27 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 120 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time. Normal working hours are limited to 7:30 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. 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 Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. The following days are designated City holidays and are non -working days: 1. January 1St (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31 st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are Page 6 of 27 reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. 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 payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. 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. 6-9 LIQUIDATED DAMAGES 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. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar 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 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $973.00 meter deposit with the City. Upon return of the meter to the City, the Page 7 of 27 deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, dust control, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Prevailing Wages In accordance with California Labor Code Section 1720.9, hauling and delivery of ready - mixed concrete for public works contracts are subject to prevailing wages. 7-7 COOPERATION AND COLLATERAL WORK City forces will perform all shut downs of water, sewer and storm drain facilities as required. The Contractor shall provide the City advanced notice a minimum of seven calendar days prior to the time contractor desires the shutdown of these City facilities. A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the nighttime hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the Engineer. It is the Contractor's responsibility to notify the affected businesses and residents of the upcoming water shutdown with a form provided by the Engineer at least 48 hours in advance of the water shut down. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. Page 8 of 27 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City 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 14.36.030 of the City's Municipal Code. 7-10 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)." 7-10.3 Haul Routes Haul routes shall be submitted to the Engineer for review and approval. 7-10.4 Safety Page 9 of 27 7-10.4.1 Work Site Safety 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. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. 7-10.5 Security and Protective Devices 7-10.5.3 Steel Plate Covers Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. 7-10.6 "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. 7-10.7 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. Page 10 of 27 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. 7-16 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 9-2 LUMP SUM WORK Contractor shall submit a detailed schedule of value for all lump sum bid items to the Engineer within 15 days after award of contract. 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices 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: Page 11 of 27 Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all costs incurred notifying businesses and residents, preparing traffic control plans necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. Item No. 3 Replace Existing Luminaire on Existing Streetlight Standard with New Leotek 30 watt, 4,830 lumen (GCJ1-30J-MV-40K-2R-GY-050), 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 30 watt, 4,830 lumen, 240 volt LED luminaire with shorting cap on existing street light standard; replacing 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. 4 Replace Existing Luminaire on Existing Streetlight Standard with New Leotek 80 watt, 12,746 lumen (GCM1-60J-MV-40K-2R-GY-125), 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 80 watt, 12,746 lumen, 240 volt LED luminaire with shorting cap on existing street light standard; replacing 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 and Install New Type 1 (18'-9") Standard (Ameron CAT. No. 4 -C1 -17-F4) and Leotek 30 watt, 4,830 lumen (GCJ1-30J-MV-40K-2R-GY-050), 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 the foundation cap, sawcutting concrete, removing and disposing of existing pavement sections to accommodate improvements; furnishing and installing new Leotek 30 watt, 4,830 lumen, 240 volt LED luminaire with shorting cap per Detail `D'; replacing 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; installing sign(s) as directed by the Engineer; and all Page 12 of 27 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. 6 Replace and Install New Type IV (27'-9") Standard (Ameron CAT. No. 1 -J3 -28-J8) and Leotek 80 watt, 12,746 lumen (GCM1-60J-MV-40K-2R-GY-125), 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 80 watt, 12,746 lumen, 240 volt LED luminaire with shorting cap per Detail `E'; replacing 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; 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. 7 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 or new conduit as shown on plans; 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 Engineer approved equal. Item No. 8 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 or new conduit as shown on plans; 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 Engineer approved equal. Item No. 9 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 or new conduit as shown on plans; 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 Engineer approved equal. Item No. 10 Furnish and Install New #3-1/2 F Eisel 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 #3'/2 F Eisel concrete pull box, or as directed by the Engineer, per Detail `B', Detail `C' and Detail `G' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; setting box lids boxes Page 13 of 27 with tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent, lock nuts shall be 3/18-16 Penta Nut 316SS; sawcutting and 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 Furnish and Install New #3-1/2 F Eisel 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 #31/2 F Eisel concrete pull box, or as directed by the Engineer, per Detail `B', Detail 'C', and Detail `F', as noted on the plans; including curb, gutter, and pavement replacement; installing minimum 24" of additional wiring and coil (pigtail) within pull box; setting box lids boxes with tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent, lock nuts shall be 3/18-16 Penta Nut 316SS; sawcutting and 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. 12 Furnish and Install New #5 F Eisel 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 #5 F Eisel concrete pull box, or as directed by the Engineer, per Detail `B', Detail `C' and Detail `G' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; setting pull box lids with tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent; lock nuts shall be 3/18-16 Penta Nut 316SS; sawcutting and 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. 13 Remove and Replace Existing with New #3-1/2 F Eisel Concrete 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 Eisel 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; setting pull box lids with tamper -proof stainless steel locking bolts/nuts, Bryce Fastener or equivalent, lock nuts shall be 3/18-16 Penta Nut 316SS; removing existing abandoned conduit and conductors; sawcutting and 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 Single -Meter Type III -BF Myers Service Cabinet (MEUG-20X-316-100-SCE-120/240-1 PH/3W): 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 Detail `A' shown on the plans; installing 3" PVC conduit with pull rope from service cabinet to adjacent SCE service point as required by SCE; coordinating Page 14 of 27 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, 1-1P 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; sawcutting and removing pavement, excavating and disposing of excess excavated materials, backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems as directed by the Engineer, temporary patching or recessed plating, controlling ground and surface water, installing 6" retaining curbs against hillsides, and all other items to complete the work in place. Work shall be completed to the satisfaction of the Engineer prior to proceeding with remaining scheduled work. Item No. 15 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. Prior to the new grout cap being installed, contractor shall thoroughly clean foundation surface, spray/coat all metal surfaces with galvanizing compound, to be approved by Engineer. Item No. 16 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, or as directed by the Engineer, and all other work items to complete the work in place. Item No. 17 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; placing temporary patching or recessed plating; controlling ground and surface water; and all other items to complete work in place. Item No. 18 Trim Brush, Grass 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 the Engineer's discretion and no compensation shall be made for bid items removed or reduced. Item No. 19 Furnish and Install New 1-1/4" 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 1-1/4" PVC Schedule 40 conduit Page 15 of 27 and appurtenances to make required connections, 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 Reset Existing Street Light Standard on Existing Foundation to Grade and Cut off Exposed Anchor Bolts: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for resetting, re-grouting and restoring surface (full panels) to match adjacent area as directed by the Engineer. Item No. 21 Repair Crack on Pole: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for repairing cracks on pole using materials suitable for pole repairs, as directed by the Engineer, as noted on plans, and all other work items to complete the work in place. Work shall be completed to the satisfaction of the Engineer. Item No. 22 Prune/Remove Existing Tree Roots: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for pruning and removing existing tree roots, as noted on plans and specifications, and all other work items to complete the work in place to the satisfaction of the Engineer. Contractor shall contact City Arborist prior to any excavation work. Item No. 23 Restore Decorative Parkway and Landscaping: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for restoration of decorative parkways and landscaping with establishment as noted on plans and specifications, and all other work items to complete the work in place to the satisfaction of the Engineer. Item No. 24 Replace Hand Hole Cover: Work under this item shall include, but not be limited to, the cost of all labor, equipment and materials for replacing hand hole covers to match existing as noted on plans and specifications, and all other work items to complete the work in place to the satisfaction of the Engineer. Item No. 25 Provide As-Built Drawings (Fixed): 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. An amount of $1,000.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as-built drawings. Item No. 26 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. This pay item shall be for additional potholes needed to locate utilities that are not clearly noted on the plans. 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 $25,000.00. Pothole locations shall be determined by Public Works Inspector. This item may be removed or reduced Page 16 of 27 in the contract at the City's discretion and no additional compensation shall be made for bid items removed or reduced. Item No. 27 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. This pay item shall be for additional potholes needed to locate utilities that are not clearly noted on the plans. 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 $25,000.00. 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. 28 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 GCJ 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. 29 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 GCJ 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. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 200 — ROCK MATERIALS Page 17 of 27 200-2 UNTREATED BASE MATERIALS 200-2.1 General Crushed Miscellaneous Base (CMB) shall be used as the untreated base material. SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2 Steel Reinforcement 201-2.2.1 Reinforcing Steel Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE 203-6.5 Type III Asphalt Concrete Mixtures Asphalt concrete finish course and leveling course shall be Type III -C3 -PG 64-10 (20% max RAP). Asphalt concrete base course shall be Type III -B2 -PG 64-10 (20% max RAP). PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials 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 found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. Page 18 of 27 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveway, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. 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. SECTION 302 - ROADWAY SURFACING 302-4 SLURRY SEAL SURFACING 302-4.8 Spreading and Application Slurry seal shall be sufficiently cured for vehicle traffic without tracking or damage to the surface by 3:00 p.m. on the same day. In case of damage done by vehicles and/or pedestrians upon slurry that has not been sufficiently cured, the Contractor shall replace all of the damaged work at the Contractor's expense and no additional compensation shall be made by the City. Prior to applying slurry seal, the Contractor shall clean all work surfaces and remove all loose materials, vegetation, oil, and other foreign material. Additionally, all locations with weeds shall be treated by an approved weed -killer before any slurry seal is applied. Page 19 of 27 302-4.9 Field Sampling and Testing Upon the Engineer's direction, the Contractor shall slurry seal test sections within the construction limits for each batch of slurry seal mix. The Contractor shall apply the slurry seal test sections as directed by the Engineer. No slurry seal shall be applied until the test slurry seal sections have been approved the Engineer. The costs of these slurry seal tests shall be included in the contract price paid for slurry seal and no additional compensation shall be made by the City to the Contractor. Field samples that do not meet the requirements of Table 302-4.9.1 shall be re -tested. The Contractor shall be responsible for all cost associated with the re -testing. 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General All cracks '/4 -inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas, no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. The top layer of asphalt concrete (finish course) shall be placed in a separate lift. Longitudinal joints between two passes of asphalt concrete shall be along a lane line. Holes, spalls, and cracks greater than 1/4 -inch in width shall be filled and compacted to 95% minimum. The pavement shall then be cleaned with a power broom. 302-5.8 Manholes (and Other Structures) All manholes, water valve boxes, and utility boxes shall be temporarily lowered prior to pavement cold milling. Upon completion of asphalt concrete finish course, the top of manholes, water valve boxes, and utility boxes shall be adjusted to grade to meet the smoothness requirement as specified in 302-5.6.2. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. Page 20 of 27 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 Sidewalks 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 asphalt concrete patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. 303-5.5.4 Gutter The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. PART 4 - ALTERNATE MATERIALS 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." 600-1 GENERAL PART 6 - TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS Page 21 of 27 Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. 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. 600-2 VEHICULAR ACCESS The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City "PERMIT PARKING ONLY" signs are available from the Engineer. 600-3 PEDESTRIAN ACCESS 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 Page 22 of 27 provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. SECTION 601 — WORK AREA TRAFFIC CONTROL 601-1 GENERAL The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, flashing arrow boards for lane closures, 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. Messages for the CMS shall be updated by the Contractor as directed by the Engineer. 601-2 TRAFFIC CONTROL PLAN (TCP) 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 plan(s). The Contractor shall be responsible for processing and obtaining approval of a traffic control plans from the 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: A traffic control plan is required for work along and affecting Jamboree Road and shall be prepared and signed by a California Traffic Engineer. 2. Emergency vehicle access shall be maintained at all times. 3. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 4. All advanced warning sign installations shall be reflectorized and/or lighted. 5. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 6. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. Temporary striping may be required and shall be shown on the TCP. 7. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the Page 23 of 27 closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 8. 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. 9. 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. PART 7 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-1 GENERAL 700-3.2 Anchor Bolts, Nuts, and Washers. Anchor bolts shall conform to the Detail Sheet as noted on the plans. 700-3.5 Conduit. Unless otherwise noted on the plans, conduit shall be 1'/4" Schedule 40 PVC per Detail `B' as noted on the plans. 3" line -side conduit from service cabinet to Edison Vault shall be per SCE specifications and requirements. 700-4.1 Reinforced Concrete Standards. 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 • 30 watt, 4,830 lumen (GCJ 1 -30J-MV-40K-2 R-GY-050), 240 volt o House Side Shield (HSSGCJ) 0 3600 Shield (CSSGCJ) 80 waft, 12,746 lumen (GC M1-60J-MV-40K-2R-GY-125), 240 volt o House Side Shield (HSSGCM) o 3600 Shield (CSSGCM) Contact: Western Regional Sales Manager, Ewing Liu Page 24 of 27 Email: ewinq.liuCD,leotek.com Mobile: 408-556-0234 LED luminaires shall be warranted a minimum of 10 years from the date of project acceptance. 700-4.2 Wire/Conductors. 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'/z F 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. 700-4.7 Photoelectric Controls. 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. Page 25 of 27 PART 8 - LANDSCAPING AND IRRIGATION SECTION 800 - MATERIALS 800-1 LANDSCAPING MATERIALS 800-1.1 Topsoil 800-1.1.1 General Topsoil shall be Class A (imported). SECTION 801 - INSTALLATION 801-1 GENERAL The landscape contractor or subcontractor shall provide a licensed Pest Control Advisor (PCA) prior to applying herbicide. The PCA will be responsible for preparing and approving a Pest Control Recommendation and providing Safety Data Sheets (SDS). These items shall be included with the herbicide submittal. 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 with the City Arborist 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 City Arborist 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 Arborist for inspection. Upon inspection, the City Arborist may require the Contractor to formally submit a plan for removing the large roots to the City for review. If required, 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 Arborist. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut Page 26 of 27 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 Arborist. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 801-6 MAINTENANCE AND PLANT ESTABLISHMENT The maintenance and plant establishment period shall be for a period of (90) calendar days. Page 27 of 27