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