HomeMy WebLinkAboutC-3258 - Newport Heights Street Lighting Replacement (Construction)April 25, 2001
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Mr. Jim Perry
DBX, Inc.
42066 Avenida Alvarado, Suite C
Temecula, CA 92590
Subject: Newport Heights Street Lighting Project (C -3258)
Dear Mr. Perry:
On April 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 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 Labor & Materials Bond was released on June 1, 2000.
contract is Great American Insurance Company, and the
3972791. Enclosed is the Faithful Performance Bond.
Sincerely,
4 � fir
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lib
cc: Public Works Department
enclosure
3300 Newport Boulevard, Newport Beach
The Surety for the
bond number is
41 0
EXECUTED IN FOUR (4) COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
BOND NO. 3972791
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $
being at the rate of $ 7.20
1,672.00
thousand of the Contract price.
PAGE 16
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion, awarded
to ** hereinafter designated as the "Principal ", a contract for construction of NEWPORT
HEIGHTS' STREET LIGHTING, Contract No. 3258 in the City of Newport Beach, in strict conformity with
the plans, drawings, specifications, and other Contract Documents maintained in the Public Works
Department of the City of Newport Beach, all of which are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3258 and the terms
thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and * ** duly authorized to transact business
under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto
the City of Newport Beach, in the sum of two hundred thirty -two thousand, one hundred fifty-eight
and 00 /100 Dollars ($ 232,158.00), 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.
** PRINCIPAL - DBX, INCORPORATED
* ** SURETY - GREAT AMERICAN INSURANCE COMPANY
PAGE 17
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 the City, only in the event the City is required to bring an action
in law or equity against Surety to enforce the obligafions 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 or to the specifications
accompanying the same 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 six (6) months following the date of formal acceptance of the Project by the 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 6TH day of _., JULY '1999
DBX, INCORPORATED
Name of Contractor (Principal) Aut rized Si nature/Title
JIM ERRY, "RESIDENT
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
P.O. BOX 5440, ORANGE, CA 92863 -5440
Address of Surety
(714) 740 -2400
Telephone
� ;� �C 4 &Jeaan
Authorized Agent Signature
DAVID L. CULBERTSON, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIA ALL- PURPOS•ACKNOWLEDGMENT
State of California
County of
Riverside
;e
On July 12, 1999 before me, Phyllissa G. Maynor, Notary Public
Dale Name and Title of Officer (e.g., 'Jane Doe. Notary Public')
personally appeared Jim Perry
Name(s) of Signer(s)
)C personally known to me - OR - C1 proved to me on the basis of satisfactory evidence to be the personlb)
whose name(A) isf= subscribed to the within instrument
and acknowledged to me that heexecuted the
same in his /{ authorized capacity(ies), and that by
PHYLIJSSA G, MAYNOR L his/I signature(% on the instrument the person(1n,
Commission #109791! 1 or the entity upon behalf of which the personN) acted,
i NotoryPublic - California £ executed the instrument.
Riverside County –
MY Comm. EvZAUglt'amp WITNESS my hand and official seal.
r $ignalura of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Jim Perry
El Individual
X Corporate Officer
Title(s): President & Sec. /Treas.
❑ Partner — ❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
Guardian or Conservator ,
,J Other: Top of thumb here
Signer Is Representing:
DBX, Inc.
Signer's Name:
❑
Number of Pages:
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
a
0 1995 National Notary Aesodalbn - 8236 Rertmet Ave., P.O. Box 7184 - Cartage Park, CA 91309 -7184 Prod. No. 5907 Reorder. Call TOI4Frae 14 W-8 O-OW'
n
u
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 07 -06 -99 before me, KAREN CHANDLER - NOTARY PUBLIC
personally appeared DAVID L. CULBERTSON personally
known to me to be the person whose name is subscribed to the
within instrument and acknowledged to me that he executed the
same in his authorized capacity, and that by his signature on the
instrument the person or the entity upon behalf of which the
person acted, executed the instrument.
WITNESS my hand and official seal.
Chan le'
-- -.. �Ci/(o� ` ✓ C� (;��'ii,_; Comm. �c 0`63GORrnA4
Signature of Notary Publics
L;, caANG�aO zi. 2oo0 �
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
PERFORMANCE BOND
TITLE OR TYPE OF DOCUMV7
NUMEER OF PAGES 2 DATE OF DOCUMENT 07 -06 -99
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
(s)
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING• GREAT AMERICAN INSURANCE COMPANY
NAME OF PERSON(S) OR ENTITY(S(
• 0
GMIU AMERICAN INSURMCE COMPANY°
580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513.369 -5000 • FAX 513.723 -2740
The number of persons authorized by
this power of attorney is not more than No. 013630
SIX POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof. provided that the liability of the said Companv on arty
such bond, undertaking or contract of suretyship executcd under this authority shall not exceed the limit stated below.
Name Address Limit of Power
DAVID L. CULBERTSON DIANA LASK014SKI ALL OF ALL
LINDA L. CULBERTSON KAREN CHANDLER ANAHEIM, UNLIMITED
CHARLES L. FLAKE R.A. COON CALIFORNIA
Phis Power of Attorney revokes all previous powers issued in behalf of the auortiey(s ) -in -fact named above
IN WITNESS %V'H EREOF the GREAT AMERICAN INSU RANCE COM PANT has caused these presents to besigned and attested by
its appropriate officers and its corporate seal hereunto affixed this 2nd day of February .1999
Attest GREAT ANIERICAN INSURANCE COMPANY
STATE OF OHIO. COUNTY OF HAMILTON —ss:
On this 2nd day of February, 1999 . before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati. Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and whichexecuted the above instrument; that he knows theseal; that it was so affixed
by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority.
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one ofthem, be
and hereby is authorized, from time to time, to appoint one or more Attorneys -I n -Fact to execute on behalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the
respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract orsuretyship, orother written obligation in thenature thereof, such signature and seal when so used being hereby adopted by
the Companv as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoingt Power of
Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force arid effect.
Signed and sealed this 6TH day of JULY 1999 -
j.
510295(11197)
June 1, 2000
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658.8915
Mr. Jim Perry
DBX, Inc.
42066 Avenida Alvarado, Suite C
Temecula, CA 92590
Subject: Newport Heights Street Lighting Project (C -3258)
To Whom It May Concern:
On April 25, 2000, the City Council of Newport Beach accepted the work of the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 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
April 27, 2000, Reference No. 20000217985. The Surety for the contract is Great
American Insurance Company, and the bond numbers are 1306665 and 3972791.
Enclosed are the Bidders Bond and the Labor & Materials Payment Bond.
Sincerely,
01d(/4� M. 446,
LaVonne M. Harkless, CMC /AAE
City Clerk
LMH:lib
cc: Public Works Department
Michael Sinacori, Project Manager
encls.
3300 Newport Boulevard, Newport Beach
r
BOND 111306665
PREMIUM - NIL
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
BIDDER'S BOND
PAGE 3
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 NEWPORT HEIGHTS' STREET
LIGHTING, Contract No. 3258 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 duly
enter into and execute the Contract Documents for the construction of the project in the form required
within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing
of Notice 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 1ST day of
DBX, INCORPORATED
Name of Contractor (Principal)
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
P.O. BOX 5440, ORANGE, CA 92863 -5440
Address of Surety
(714) 740 -2400
Telephone
JUNE 19 99 .
•A� uu- rized Signature7TAle
Authorized Agent Signature
DAVID L. CULBERTSON
ATTORNEY -IN -FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
CALI00RNIA ALL•PURPOSILKNOWLEDGMENT
State of California
County of Riverside
On c I 1cJ . �qq before me, Phyllissa G. Maynor, Notary Public
Date Name and Title of Office, (e.g.. -Jane Due Nolary Public')
personally appeared Jim Perry
Nam(s)
_X personally known to me –OR---,-' proved tome on the basis of satisfactory evidence to be the person (6)
whose name§{;) ism* subscribed to the within instrument
and acknowledged to me that helbbedW executed the
same in his/191Pffilf & authorized capacityW, and that by
PHYLUSSAG MAYNOR his / { signature(40 on the instrument the person(§),
ommission #1097914 or the entity upon behalf of which the personQt) acted,
NVOMM, ary Public - CaOtamta executed the instrument.
Riverside COun tYl l —
6cpees/c9 WITNESS my hand and official seal.
11
Ll wOa Kj :)k n�� -
Signature of Nolary Public
OPTIONAL
Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could proven:
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: jim Pam _
Individual
Corporate Officer
Title(s): President
Partner — 7 Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
_= Other:
Signer Is Representing:
Signer's Name:
1❑
❑
Number of Pages:
Individual
Corporate Officer
Title(s):
Partner — Limited
Attorney -in -Fact
Trustee
General
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
0 1995 Nauunai Nota,, ASSJCIalion • 5236 Rommel Ave.. PC Box. 7184 • Canoga Part. CA 913094184 Pied. No 5907 Roordec Call Tell-Free 18M -W6 6827
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 06 -01 -99 before me,
personally appeared _
known to me to be th
within instrument and
same in his authorized
instrument the person
person acted, executed
LEXIE SHERWOOD - NOTARY PUBLIC
DAVID L. CULBERTSON personally
person whose name is subscribed to the
acknowledged to me that he executed the
capacity, and that by his signature on the
or the entity upon behalf of which the
the instrument.
WITNES my hand and official seal. (rSf' Lexie Sherwood
U Comm. 01148920 (�
U NOTARY PUBLIC CAUFORNIAr
a re of N6 ub is ORANGE COUNTY
Comm Ezp July 27 2001
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
BID BOND
TITLE OR TYPE OF DOCUMENT
I
NU!ffiER OF PAGES DATE OF DOCUMENT
06 -01 -99
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLE (S)
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY
NAME OF PERSON(S) OR ENTITY(S)
0)
0)
GMU AMERICAN INSURANCE COMPANY0
580 WALNUT STREET • CINCINNATI, OHIO 45202 . 513 - 369 -5000 • FAX 513 - 723 -2740
'The number of persons authorized by
this power of attorney is not more than No. 013630
SIX POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below
its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any
such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
DAVID L. CULBERTSON DIANA LASK014SKI ALL OF ALL
LINDA L. CULBERTSON KAREN CHANDLER ANAHEIM, UNLIMITED
CHARLES L. FLAKE R.A. COON CALIFORNIA
This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above.
IN WITNESS WH EREOF the GREATAMERICAN INSURANCE COMPANY hascaused these presents to besigned and attested by
its appropriate officers and its corporate seal hereunto affixed this 2nd day of February ,1 999
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OH IQ COI: NTY Of- HAM II -TON — ss:
On this 2nd day of February, 1999 . before me personally appeared DOUGLAS R. BOWEN, to me
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed theabove instrument; that he knows the seal; that it was soaffixed
by authority of his office under the By -Laws of said Company, and that he signed his name thereto be like authority.
This Power of Attorne} is eranted by authority of the following resolutions adopted by the Board of Directors of Great American
Insurance Company by unanimous written consent dated March I, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoin t one or more Attorneys -In -Fact to execute on behalf of the Company, as surety, an v and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,, to prescribe their respective duties and the
respective limits of their authority, and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when soused being hereby adopted by
the Company as the original signature ofsuch officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and effect as though manually affixed.
CERTIFICATION
1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect.
Signed and scaled this
SI019S 11 1197)
1ST day of JUNE 1999
EXECUTED IN FOUR (4) COUNTERPARTS
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
BOND NO. 3972791 PREMIUM INCLUDED IN PERFORMANCE BOND
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted,
has awarded to ** hereinafter designated as the "Principal," a contract for construction of
NEWPORT HEIGHTS' STREET LIGHTING, Contract No. 3258 in the City of Newport Beach, in strict
conformity with the plans, drawings, specifications and other Contract Documents in the office of the
Public Works Department of the City of Newport Beach, all of which are incorporated herein by this
reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3258 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 * ** duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held
firmly bound unto the City of Newport Beach, in the sum of two hundred thirty-two thousand, one
hundred fifty -eight and 00/100 Dollars ($232,158.00), 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, implemenfs 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 3250 of the Civil Code of the State of California.
** PRINCIPAL - DBX, INCORPORATED
* ** SURETY - GREAT AMERICAN INSURANCE COMPANY
0 •l
PAGE 15
The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled
to file claims under Section 3181 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 3247 et. seq. of the Civil Code of the State of Califomia.
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 or the
specifications accompanying the same 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 6TBday of JULY , 19,_gg.
DBX, INCORPORATED
Name of Contractor (Principal)
GREAT AMERICAN INSURANCE COMPANY
Name of Surety
P.O. BOX 5440, ORANGE, CA 92863 -5440
Address of Surety
(714) 740 -2400
Telephone
Autt@nzed SignaturelTitle
JIM PERRY, PRESIDENT
Authorized Agent Signature
DAVID L. CULBERTSON, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
CALIFORNIA ALL•PURPOACKNOWLEDGMENT •�
State of California
County of Riverside
On July 12, 1999 before me, Phyllissa G. Maynor, Notary Public
Oat. Name ar iJ Title of Officer (e.g.. 'Jame Doe, Notary Public")
personally appeared .Tim Perry
Name(a) of Signer(6)
Y-j personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person)
whose name(X) is)bM subscribed to the within instrument
and acknowledged to me that het executed the
same in his /kRrAft authorized capacity(ies), and that by
PHYLLISSA G. MAYNOR his/I j{ signature(Q on the instrument the person(t�,
Commission #1097914 or the entity upon behalf of which the person(19) acted,
`� NoforyPublic- cclifomio 7� executed the instrument.
Riverside County
WComm.6Pre5Aug11,2XO WITNESS my hand and official seal.
Signature of Notary Public
OPTIONAL
Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Jim Perry
Individual
XI Corporate Officer
❑
❑
n
J
Title(s): President & Sec. /Treas.
Partner — ❑ Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
DBX, Inc.
RIGHT THUMBPRINT
OF SIGNER
Signer's Name:
J
Number of Pages:
Individual
Corporate Officer
Title(s):
Partner — ❑ Limited
Attorney -in -Fact
Trustee
❑ General
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
0 1995 National Notary Assouefio, • 8236 Rummer Ave.. P.O. Boa 71 Be • Canoga Perk. CA 91309.7194 Poo. No. 590] Remoer: Cell Toll-Free 14300.8768827
0 •1
CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF ORANGE
On 07 -06 -99 before me, KAREN CHANDLER - NOTARY PUBLIC
personally appeared _
known to me to be th
within instrument and
same in his authorized
instrument the person
person acted, executed
DAVID L. CULBERTSON personally
person whose name is subscribed to the
acknowledged to me that he executed the
capacity, and that by his signature on the
or the entity upon behalf of which the
the instrument.
WITNESS my hand and official seal.
_�-�___
i Koren Chandler 3
. �
Comm. #1076369 0
Signature of Notary Publi 0 °� NOTARY PUBUC CALIFOfWIAA
C ORANGE COUNTY 0
G Comm. Erp. March 27.2WO �
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons
relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
PAYMENT BOND
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES 2 DATE OF DOCUMENT
07 -06 -99
CAPACITY CLA—T !ED BY SIGNER
❑ INDIVIDUAL ❑ CORPORATE OFFICER
TITLES)
❑ PARTNER(S) ® ATTORNEY -IN -FACT ❑ TRUSTEE(S)
❑ OTHER:
SIGNER IS REPRESENTING: GREAT AMERICAN INSURANCE COMPANY
NAME OF PERSON(S) OR ENTITYISI
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Recorded ,n Of *icia! hne;.zr�+E.: �t-unr, of Orange
Gary Granville. Clerk- Recorder
liG i
(� 5� .25
115 12 N12 1VV�`' ILr.�Q
0.00 0.00 0.00 O.n0
Gt�l
"Exempt from recording fees
pursuant to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and DBX, Inc. of Temecula, California, as
Contractor, entered into a Contract on June 28, 1999. Said Contract set forth certain
improvements, as follows:
Newport Heights Street Lighting Project,
C -3258
Work on said Contract was completed on March 7, 2000, and was found to be acceptable
on April 25, 2000, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Great American Insurance Company.
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on �t,g �` (H , C. c C at Newport Beach, California.
BY
City Clerk �� . b?
11
P�
NF
• ( 38)
C -3 &58
April 25, 2000
CITY COUNCIL AGENDA
ITEM NO. 7
TO: Mayor and Members of the City Council
3
FROM: Public Works Department APPROVED �
SUBJECT: NEWPORT HEIGHTS STREET LIGHTING, CONTRACT NO. 3258 -
COMPLETION AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 1 year after Council acceptance.
DISCUSSION:
On June 28, 1999, the City Council authorized the award of the Newport Heights Street
Lighting contract to DBX, Inc., of Temecula, California. The contract provided for the
replacement of 44 incandescent street lights and approximately 10,000 feet of obsolete
electrical conduit and wiring, within the City's 15 -year conversion program. The
contract has now been completed to the satisfaction of the Public Works Department.
A summary of the contract cost is as follows:
Original bid amount: $232,158.00
Actual amount of bid items constructed: 217,958.00
Total amount of change orders: 3,903.25
Final contract cost: $221,861.25
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from the installation of less conduit than the estimated amount of
conduit as per bid item quantities. The final overall construction cost including change
orders was 4.4% under the original bid amount.
One change order in the amount of $3,903.25 provided for two street lights to be
delivered to the City Yard for future replacement stock.
SUBJECT: Newport Heights Streeehting, Contract No. 3258 - Completion And Accepo
April 25, 2000
Page 2
Funds for the project were budgeted in the following account:
Description
Account No.
Amount
Street Light Conversion Program
7014- C5300025
$ 19,777.08
Street Light Replacement Program
7014- C5300035
$202,084.17
All work was completed on March 7, 2000, ahead of the scheduled completion date of
May 16, 2000.
Respectfully submitted,
0 �✓�C/
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:`
Horst Hlawaty, P.E.
Construction Engineer
F: \Users \PBW\Shared \COUNCIL \Fy99- 00\Apol -25 \Newport Heights Street Lighting C -3258 .doe
• CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915
until 11:15 a.m. on the 16th day of June, 1999,
at which time such bids shall be opened and read for
NEWPORT HEIGHTS' STREET LIGHTING
Title of Project
Contract No. 3258
$250,000
Engineer's Estimate
A provedd a �(� 11 -
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost at the
office of the Public Works Department, 3300 Newport Boulevard, P. O. Box
1768, Newport Beach, CA 92658 -8915.
For further information, call Michael J. Sinacori, Project Manager at(949)644-3311.
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
TABLE OF CONTENTS
NOTICE INVITING BIDS ................................. ............................... ..........................Cover
INSTRUCTIONS TO BIDDERS ...................................................... ............................... 1
BIDDER'S BOND .............................................................................. ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ..................................... ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............ ............................... 5
NON - COLLUSION AFFIDAVIT ........................................................ ............................... 6
NOTICE TO SUCCESSFUL BIDDER ............................................. ............................... 7
CONTRACT.................................................................................... ............................... 8
LABOR AND MATERIALS BOND .................................................. ............................... 14
FAITHFUL PERFORMANCE BOND .............................................. ............................... 16
PROPOSAL............................................................................... ............................... PR -1
SPECIALPROVISIONS ............................................................. ............................... SP -1
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in accordance
with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be
clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to submission
of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by
the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed
as an acceptable surety in the latest revision of the Federal Register Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow
the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantifies indicated in the PROPOSAL multiplied by unit
price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording
shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit
price, the correct multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions in the
PROPOSAL.
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.
0 0
PAGE 2
The securities shall be deposited in a state or federal chartered bank in California, as
the escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic needed to
execute the contract. A copy of said determination is available in the office of the City Clerk. All
parties to the contract shall be governed by all provisions of the California Labor Code relating to
prevailing wage rates (Sections 1770 -7981 inclusive).
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. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder.
For corporations, the signatures shall be of a corporate officer or an individual authorized by the
corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the
signature shall be of the owner.
The signature below represents that the above has been reviewed.
a�{r75� 1 1 C -10 a x�
Contractor's License No. & Classification
Bidder
n
thorized Signature/Title
tai C) C)
Date
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an amount in excess
of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor
represents that he /she is fully qualified to and will be responsible for performing that portion of the work.
Substitution of subcontractors shall be made only in accordance with State law and /or the Standard
Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for
any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following subcontractors have
been used in formulating the bid for the project and that these subcontractors will be used subject to the
approval of the Engineer and in accordance with State law. No changes may be made in these
subcontractors except with prior approval of the City of Newport Beach.
2.
3.
4.
5.
6.
7.
8.
9.
10.
62
Bidder
Subcontract Work Subcontractor Address
0 0
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to that proposed
herein which he /she has performed and successfully completed.
Year Project
Completed Name /Agency
Person Telephone
To Contact Number
1�1g9 C&� Nro-nS yinC'e- ByrneS Wci- ylol-y�
-11`11 pj2p—or�A ad.
4 -(o(4) 1
P6 f)(14 gt)33
Iqq�) (� t c l nVzP 4 is no e ULtt.Ch MOCKey L
two S : n--)O-in S-'
L.a ILe �LS�no: Pi C-1�4 AaE>30
Signature/Title
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of iv'erJide,)
PAGE 6
i m Perry , being first duly sworn, deposes and says that he or she is
-Prl.S CFPJA1- of 1).j3X .lv)e, , 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 the foregoing is true and
correct.
CI elf-11
Bidder ALOorized SignaturerTitle
Subscribed and sworn to before me this 6 day of I L I f't-e— .1999.
Notary Public
MZ" PHYLLISSA G. MAYNOR
_ QMyC0n1M.5q*e5AU91 Commission #1097914 z
Notary Public - C allfomio
Riverside County
1,X100
[SEAL]
My Commission Expires: S ) I I UCU
0 0
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
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 of receipt Notice of Award to
the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an
insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision
of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for
any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders'
Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition
of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard
Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates
of Insurance and additional insured endorsements shall be on the insurance company's forms, fully
executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract
documents have been received and approved by the City.
0 0
PAGE 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
CONTRACT
THIS AGREEMENT, entered into this 28.. day of June, 1999, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and DBX, Inc., hereinafter "Contractor," is made with reference
to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
NEWPORT HEIGHTS' STREET LIGHTING
Project Description
3258
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractors bid, and the compensation set forth in this Contract, is based upon Contractors careful
examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following
documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidders Bond, Non - Collusion
Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General
Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions
for Contract No. 3258, Standard Specifications for Public Works Construction (current adopted
edition and all supplements) and this Agreement, and all modifications and amendments thereto
(collectively the "Contract Documents "). 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.
B. 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.
0
PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the Project
as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as
full payment the sum of two hundred thirty -two thousand, one hundred fifty -eight Dollars
($232,158.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance
of the work,
(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, and which loss or expense occurs prior to acceptance of the work by
City.
D. NOTICE OF CLAIMS Unless a shorter time is specked 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.
E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall
be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address
of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Michael J. Sinacoh
(949) 644 -3342
DBX, Inc.
42066 Avenida Alvarado
Suite C
Temecula, CA 92590
Attention: Jim Perry
(909) 676 -0115
F. LABOR CODE 3700 LIABILITY INSURANCEContractor, by executing this Contract, hereby
certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every employer
to be insured against liability for Workers' Compensation or undertake self - insurance in
accordance with the provisions of the Code, and I will comply with such provisions before
commencing the performance of the work of this Contract."
G. INSURANCE
Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers
must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original endorsements
effecting coverage required by this Contract. The certificates and endorsements for each
insurance policy are to be signed by a person authorized by that
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be received and
approved by City before work commences. City reserves the right to require complete, certified
copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against claims
for injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by Contractor, his agents, representatives, employees or
subcontractors. The cost of such insurance shall be included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG
0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering
Comprehensive General Liability and Insurance Services Office form number GL 0404 covering
Broad Form Comprehensive General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering
Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto
and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of California and
Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury,
personal injury and property damage. If Commercial Liability Insurance or other form
with a general aggregate limit is used, either the general aggregate limit shall apply
separately to this project/location or the general aggregate limit shall be twice the
required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury
and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City. At
the option of City, either: the insurer shall reduce or eliminate such deductibles or self -
insured retentions as respects City, its officers, officials, employees and volunteers; or
Contractor shall procure a bond guaranteeing payment of losses and related investigations,
claim administration and defense expenses.
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as additional
insureds as respects: liability arising out of activities performed by or on behalf of
Contractor, including the insured's general supervision of Contractor; products and
completed operations of Contractor; premises owned, occupied or used by
Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The
coverage shall contain no special limitations on the scope of protection afforded to
City, its officers, officials, employees or volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary source
of recovery as respects City, its officers, officials, employees and volunteers. Any
insurance or self - insurance maintained by City, its officers, officials, employees and
volunteers shall be excess of the Contractor's insurance and shall not contribute
with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom claim
is made or suit is brought, except with respect to the limits of the insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include liability
assumed by contractor under the indemnification /hold harmless provision contained
in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that coverage
shall not be suspended, voided, canceled, rescinded by either party, reduced in
coverage or in limits except after thirty (30) days' prior written notice by certified
mail, return receipt requested, has been given to City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the
repairing and restoring damage to Work, when damage is determined to have been
proximately caused by an Act of God, in excess of 5 percent of the Contract
0
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement and /or
withhold any payment(s) which become due to Contractor hereunder until Contractor
demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in any
manner: for any loss or damages that may happen to the Work or any part thereof; for any
loss or damage to any of the materials or other things used or employed in performing the
Work, for injury to or death of any person either workers or the public; or for damage to
property from any cause arising from the construction of the work by Contractor, or its
subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed bylaw 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 the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from
and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs
and expenses for damages of any nature whatsoever, including, but not limited to, bodily
injury, death, personal injury, property damages, or any other claims arising from any and all
acts or omissions of Contractor, its employees, agents or subcontractors in the performance
of services or work conducted or performed pursuant to this Contract; (2) use of improper
materials in construction of the Work; or, (3) any and all claims asserted by Contractor's
subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and
all other costs incurred in defending any such claim. Contractor shall not be required to
indemnify City from the sole or active negligence or willful misconduct of City, its officers or
employees.
4. To the extent authorized bylaw, 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.
5. Nothing in this article, nor 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 in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this Contract.
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.
0 0
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract
Document, the provisions of this Contract shall prevail.
K. 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.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and
year first written above. " 1
ATTEST:
1,
APP D AS TO FORM:
CITY ATTORNEY
CITY OF NEWPORT BEACH
A Muni i I Corporation
By
Dennis D. O'Neil, Mayor
DBX, INC.
By.. �` resident & Sec. /Treas.
thorized Signature and Title
ICALIFORNIA ALL•PURPOSACKNOWLEDGMENT
State of California
County of Riverside
On July 12, 1999 before me, Phyllissa G. Maynor, Notary Public
Date Name and Title of Officer (e.g., 'Jane Doe, Notary Public')
personally appeared Jim Perry
Name(s) of
K personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personj%)
whose name(j) isfbM subscribed to the within instrument
and acknowledged to me that heexecuted the
same in his /{ authorized capacity(ies), and that by
PHYLLISSA G. MAYNOR L his /l g signature(s) on the instrument the person(l),
Commission #1097914 1 or the entity upon behalf of which the person(g) acted,
Notary Public - California executed the instrument.
Riverside County -
MYCanm. 150iesAUg 11.8100
WITNESS my hand and official seal.
8ignatu of Notary Public —P
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Jim Perry
Ell Individual
* Corporate Officer
Title(s): President & Sec. /Treas.
❑ Partner —❑ Limited ❑ General
❑ Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
Other; Top of thumb here
Signer Is Representing
DBX, Inc.
Number of Pages:
Signer's Name:
❑ Individual
O Corporate Officer
■
■
■
■
■
Title(s):
Partner — Cl Limited ❑ General
Attorney -in -Fact
Trustee
Guardian or Conservator
Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
01995 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309.7184 Prod. No. 5907 Reorder: Call Toll -Free 1- 800-67648627
Ll
BID SCHEDULE "A"
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
Page PR -1
NEWPORT HEIGHTS' STREET LIGHTING
CONTRACT NO. 3258
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
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. 3258 in accord with the Plans and Special Provisions,
and will take in full payment therefore the following unit prices for the work, complete in place,
to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
LUMP SUM Mobilization
R ve huntlen) Dollars
and
Per Lump Sum no Cents $ 3 4'
2. LUMP SUM Traffic Control
@rwe)v-e hLtn" Dollars
and
rw Cents,
Per Lump Sum $ 1,�
3.
U
5.
Page PR -2
8 Replace existing street light standard
EACH with 10 -foot concrete street light
standard on existing foundation
complete with 55 -watt "QU, 240V
luminaire, including PEC, fusing,
conduit, and conductors from
adjacent pull box to luminaire.
@ -FLUJ S(jP Dollars
�,T1 and
Se�ea� hwndrPLl r?! � ""`r tW p Cents
Per Each DO a.vj $1 }1a S.-I $ 2a,� °�`�'
36 Replace existing street light standard
EACH with 10 -foot concrete street light
standard on new foundation
complete with 55 -watt "QU, 240V
luminaire, including PEC, fusing,
conduit, and conductors from
adjacent pull box to luminaire.
@ TLOO-d� -LULAJ Dollars
and
SQxf to hkkrdrm 64q(�.j tLU O Cents
Per Each oo laL � $ i W,15 ;1
1 Modify service cabinet to provide 2-
EACH 2P 20 amp breakers and connect
wiring.
@ OD {? h Dollar;
and
r'y Cents
Per Each $ ) W $
9,000 Install 11/4-inch PVC conduit with 2-
LINEAR FT. #8 insulated conductors and 148
bare conductor.
@ Dollar
and
�� Cents �y7,
Per Linear Ft. $ j IO0 $ I "1,W o9
7
4
0
500 Install 248 insulated conductors and
LINEAR FT. 148 bare conductor in existing
conduit.
0 Page PR -4
@ IOD Dollar
and
Cents a,
Per Linear Ft. $ Q. $ aso _—
50 Install 4 #8 insulated conductors and
LINEAR FT. 1 #8 bare conductor in existing
conduit.
@ T AL)0 Dollars
and
r'lib Cents
Per Linear Ft.
50 Install 31/2 F concrete pull box per
EACH CNB STD -204 -L and STD - 205 -L.
$ .acx� $ DOcls�
@ Dollar
and
Per Each i W Cents $ (per C� 3
$ ; 000� �, -
10. 13 Remove existing pull box. Remove
EACH existing conduit and conductors and
restore surface to match adjacent
area.
@( neht[, A.rO 1-�Etj/ Dollar
and
✓W Cents o„
Per Each $Is().— $1.gsoc"''
11. 1 Replace existing #3 -1/2F pull box with
EACH new #5F pull box.
@nne h U1&rrd C%/Dollars
and
� Cents
Per Each $ $ 1c?s'
Page PR -5
12. LUMP SUM Relocate existing signs onto new
street light standards as indicated on
Plans.
@ T-I'Lt2 huxnct-C Dollars
and
tW Cents c_x,
50D Per Lump Sum $ � _
TOTAL BID SCHEDULE "A" PRICE
IN WRITTEN WORDS
r
and
Cents $
Total Price (Figures)
Bidder's Name � -,ly 1C_
Bidder's Address q 2Q(n p FIVE'n'140, )q) VCIt^CtC)) 4'(2-, T-Pme t Lb I CIV-3 q0590
Bidder's Telephone Number q( 'R- Lb-7(n- Cal IS
Contractors License No. &
SR
Date
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Calco Ins Brokers 8 Agent ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Lic. No. OB29370 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
1450 Frazee Road 0200 COMPANIES AFFORDING COVERAGE
San Diego CA 92108-1337 ! COMPANY
(619) 260 -3844 A American Automobile Ins. Co.
INSURED
COMPANY
DBX, Inc. B HIH America
42065 Avenida Alvarado, Ste. C COMPANY
Temecula, CA 92590 C
COMPANY
I D
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUREDNAMED ABOVEFOR THE POLICY PERIOD
INDICATED,NOT W ITHSTANDING ANY REQUIREMENT, TERMORCONDITION OF ANYCONTRACT OR OTHERDOCUMENT W ITHRESPECTTO W HICHTHIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
I POLICY EFFECTIVE
I DATE (MMiDOIYY)
POLICY EXPIRATIONI
DATE (MMIDDIYY)
LIMITS
'GENERAL
A
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE a OCCUR
OWNER'S A CONTRACTOR'S ?HOT
MZ680723259
I 3124799
3124100
AGGREGATE
ig 2, D00, 000
X
PRODUCTS-COMP /OP AGO
I$ 2,000,000
3
PERSONAL 8 ADV INJURY
;$ 1,000,000
EACH OCCURRENCE
$ 1,C100,000
EACH OCCURRENCE
FIRE DAMAGE (Any one fire)
7 S 100,000
4
MED EXP (Any one person)
$ 5,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
MZ680723259
3/24/99
3/24/00
I
(COMBINED SINGLE LIMIT
I
I$
1,000,000
X
1-
DiSEASEEA EMPLOYEE
BODILY INJURY
(Per person)
$
X
(BODILY INJURY
(Per accident)
$
X
(PROPERTY DAMAGE
$
- ..... " "'- "- "" " " "'" Re: Contract 03258 - Newport Heights Street Lighting. Cart
holder is named as primary additional insured on general liability per C62010 attached and on auto liability per CA7018
attached. Waiver of subrogation applies to work camp. 30 days cancellation notice but 10 days for non pay of premium.
City of Newport Beach
Attn: Public Works Manager
P. 0. Box 1768
Newport Beach, CA 92658
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ESl4P**B()MXAAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
J. Paige Caswell 0530941
CERTIFICATE: 00610011 00051
GARAGE
LIABILITY
ANY AUTO
(AUTO ONLY - EA ACCIDENT
$
OTHER THAN AUTO ONLY:
EACH ACCIDENT
$
AGGREGATE
3
EXCESS LIABILITY
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
I
EACH OCCURRENCE
$
AGGREGATE
4
$
B I WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
THE PROPRIETOR/ INCL
PARTNERS /EXECUTIVE
OFFICERS ARE EXCL
C000697302
10/01/98
10/01/99
{EL
X WC STAID OTH TORY I IMITS
R
-
EL EACH ACCIDENT
S 7,000,000
EL DISEASE POLICY LIMIT
4 1,000,000
1-
DiSEASEEA EMPLOYEE
$ 1,000 000
OTHER
- ..... " "'- "- "" " " "'" Re: Contract 03258 - Newport Heights Street Lighting. Cart
holder is named as primary additional insured on general liability per C62010 attached and on auto liability per CA7018
attached. Waiver of subrogation applies to work camp. 30 days cancellation notice but 10 days for non pay of premium.
City of Newport Beach
Attn: Public Works Manager
P. 0. Box 1768
Newport Beach, CA 92658
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ESl4P**B()MXAAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
J. Paige Caswell 0530941
CERTIFICATE: 00610011 00051
Additional Insured - Owners, Lessees or Contractors (Form B)
CG 20 10 11 -85
Policy Amendment General Liability
INSURED: DBX, INC.
PRODUCER:
CALCO INS BROKERS & AGENTS
Name Of Person Or Organization:
POLICY NUMBER:
MZG80723259
EFFECTIVE DATE:
SCHEDULE
CITY OF NEWPORT BEACH, ITS OFFICERS,
OFFICIALS, EMPLOYEES & VOLUNTEERS
P. O. BOX 1768
NEWPORT BEACH, CA 92658
(IF NO ENTRY APPEARS ABOVE, INFORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE
SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.)
WHO IS AN INSURED (Section II) is amended to in- liability arising out of your work for that insured by
elude as an insured the person or organization or for you.
shown in the Schedule, but only with respect to
PRIMARY INSURANCE ENDORSEMENT
It is agreed that such insurance is afforded by this policy for the benefit of
CITY OF NEWPORT BEACH
shall be primary as respects any claim, loss or liability arising out of the subcontractors operations or by
its independent contractors and any other insurance maintained by the above referenced additional insureds
shall be non - contributory with the insurance provided hereunder.
Job: CONTRACT #3258 - NEWPORT HEIGHTS STREET LIGHTING
This Form must be attached to Change Endorsement when issued after the Policy is written.
ONE OF THE FIREMAN'S FUND INSURANCE COMPANIES AS NAMED IN THE POLICY
President I
cG101e 11.65
Conlams Cooyrighled Malxnal o1 Insurance Services 0111ce, Inc. 1984
F1eetCovero Endorsement - CA 70 18 04 96
Policy Amendment(s) Commercial Business Auto Coverage Form - Truckers' Coverage Form
A. Broadened Named Insured occurred before you acquired or formed the sub-
sidiary or organization stated is d. above.
The following are added as insureds under Section
II - Liability Coverage, A.I. Who Is an Insured e. Any of your employees while using a covered
(the following items will be f. and g. in Truckers' auto in your business or your personal alfairs,
Coverage Form): provided you do not own, hire or borrow that
auto.
d. Any subsidiary or organization which is le-
gally incorporated or organized under the laws
of the states, territories or possessions of the
United States of America in which you own
a financial interest of greater than 50% of the
voting stock or otherwise maintain a control-
ling interest over assets and for which you
have the responsibility of placing insurance:
(1) on the effective date of this Coverage
Form; or
(2) that is newly acquired or formed by you
during the policy period shown in the
Declarations.
Coverage under this provision is afforded only
until the end of the policy period or until the nest
twelve month anniversary, whichever is earlier.
However, the insurance provided by this provision
does not apply to any subsidiary or organization
stated in d, above that is an insured under any
other automobile liability policy for which cover-
age has been specifically placed or an insured under
any other automobile liability policy where that
policy's limits of insurance have been exhausted
or that carrier has become insolvent.
In addition. the insurance provided by this pro-
vision does not apply to bodily injury or properry
damage which results from an accident that
B. Additional Insured and Waiver of Subrogation
Coverage Required by Insured Contract, Written
Agreement or Permit:
The following are added as insureds under Section
II - Liability Coverage, A.I. Who Is an Insured
(the following items will be h. in Truckers' Cov-
erage Form):
f. Any person, organization. trustee, estate or
governmental entity with respect to the oper-
ation, maintenance, or use of a covered auto
if:
1. You are obligated to add that person,
organization, trustee, estate or govern-
mental entity as an additional insured to
this policy by
(a) an expressed provision of an insured
contract, or written agreement; or
(b) an expressed condition of a written
permit issued to you by a govern-
mental or public authority. -
2. The bodily injury or property damage is
caused by an accident which takes place
after:
(a) you executed the insured contract
or written agreement; or
(b) the oerrnit has been issued to you.
This Form must be aaached to Chan,e Endorsement when issued aAar the poilcy is written.
One of the Fireman's Fund Insurance Companies as named in the ?oiicy
Secre[ary
President
CA 7018 -a 96 Page l of 5
The following paragraph is added to Section IV - Bu-
siness Auto Conditions and Section V - Truckers' Con-
ditions, A., Loss Conditions, Item 5, Transfer of flights
of Recovery Against Others to Us:
We waive any right of recovery we may have against
any additional insured under Paragraph f. above, but
only as respects loss arising out of the operation,
maintenance or use of a covered auto pursuant to the
provisions or conditions of the insured contract, written
agreement, or permit.
C. Supplementary Payments - Increased Limits
Paragraph 2, Coverage Extensions, a. Supplemen-
tary Payments of Section II - Liability Coverage,
subparagraphs (2) and (4) are replaced with the
following:
(2) Up to $2,500 for the cost of bail bonds (in-
cluding bonds for related traffic law vio-
lations) required because of an accident we
cover. We do not have to furnish these
bonds.
(4) All reasonable expenses incurred by the
insured at our request to assist us in the in-
vestigatioa or defense of the claim or suit, in-
cluding substantiated loss of earn ngs up to
5500 a day because of time off from work.
D. Fellow Employee Exclusion
Under Section lI - Liability Coverage, B., Exclu-
sions, Paraeraph 5, Fellow Employee, does not
apply if the bodily injury results from the use of a
covered auto you own or hire. Coverage is excess
over any other collectable insurance.
E. Communication Equipment Coverage
Section III - Physical Damage Coverage of
the Business Auto Coverage Form and Section
IV - Physical Damage. Coverage of the
Truckers' Coverage Form with respect to a
covered auto described in the Schedule or in
the Declarations, also applies to loss to any
electronic eouipment that receives or trans-
mits audio, visual or data signals and that is
not desimed solely for the reproduction of
sound. THIS COVERAGE APPLIES
ONLY IF THE EQUIPMENT IS PER -
MANENTLY INSTALLED IN THE
COVERED AUTO AT THE TI,NIE OF
THE LOSS. Equipment which is removable
s
from a housing unit which is permanently in-
stalled in the covered auto and is designed to
be solely operated by use of the power from
the auto's electrical system in or upon the
covered auto is considered permanently
installed. This coverage also applies to an-
tennas and other accessories necessary for the
use of the electronic equipment.
2. NO DEDUCTIBLES APPLY TO THIS
COVERAGE.
3. The most that we will pay in the event of a
loss is the lesser of:
a. The actual cash value of the damaged or
stolen property as of the time of the
loss; or
b. The cost of repairing or replacing the
damaged or stolen property with other
property of like kind or quality; or
C. $1,500
F. Tapes and Compact Discs Coverage
1. Under Comprehensive Coverage we will pat=
for loss to tapes, compact discs, or other sim-
ilar devices used with sound reproducing
equipment. We will pay only if the tapes,
compact discs, or other similar devices:
a. Are your property, or, if you are an in-
dividual, that of a family member; and
b. Are in your covered auto at the time of
loss.
2. The most we will pay for loss is 5250.
3. PHYSICAL DAMAGE COVERAGE PRO-
VISION'S APPLY TO THIS COVERAGE,
EXCEPT FOR A \Y DEDUCTIBLE.
G. Hired Pluto Physical Damage
If Physical Damage coverages are provided to the
insured under this policy then Hired Auto Physical
Damage is also provided for autos of like find and
use as those covered for Physical Damage under
this policy. Any deductibles applicable to these
autos will also apply to this coverage in a direct
relationship to Like kind and use.
1. The most we will pay for any one loss is the
lesser of the following:
Ca;ois mss Page 2 of 5
JUL -15 -99 THU 09:32 AN
FAX N0,
F-1
L
N`CAL-SURANCE
COMMERCIAL DEPARTMENT
FAX COVER SHEET
DATE: 711 511 99 9
TIME: 9:12 A.M.
TOTAL NO. OF PAGES INCLUDING COVER (6 )
P. 01/07
TO FROM
--------------------------------------------------------------
FAX NO.: (949)644 -3305 FAX NO,: (714)939.1654
COMPANY: City of Newport Beach SENDER: Celia James
ATTENTION: Shauna Oyler PHONE NO.: (714)940 -6826
RE: Certificate of Insurance -
D'sX,Inc.
Dear Shauna:
Enclosed is the chocked cerficate of insurance for the above mentioned contractor, All
requirements have been satisfied by this contractor.
Should you have any questions with regards to this certificate, do not hesitate to give me a call.
Thank you.
Celia
333 City Rm,l"nrd WeAI, Orange, CA 028C,R • P.O. 13ua 7048. Orange, CA 02BG3.704S , 714.939.0800 . 71b939-1G84
T JR -15 -99 THU 0932 AN FAX N0. P. 02/07
0
Q(
,S�CAL-SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CRECKLISr IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED:_ DEPARTMENTICONTACT RECEIVED FROM: q&RkV4 OY49C
DATECOMPLETF.D: --- SENT 'TO:?If*,0AX BY ;_C4gVlF
COMPANYIPERSON REQUIRED TO HAVE CERTIFICATE. D )qX., f J N • __.___
GENERAL LIABILITY:
A. INSURANCE COMPANY:— R E a(,(MYR 16M.1Na^l�t4,4JCE CO
B. AM BEST RATING (A VII or greater): _.
C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Ycs ✓ No
D. LIMITS: (Must be S1,000,000 or greater) What is limit provided? �!, 000, DOCJ _
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'l Yes ✓ No
F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers. agents, officials, employees and
volunteers). Is it included'? Yes ✓ No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No
II. CAUTIONI ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.)
Does endorsement include - solely by negligence' wording? Yes No—w- _
I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation
certified mail; per Lauren Farley the City will accept the endeavor wording.
II. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: Al►?�Rd�AGrTMIOM�id/��111VG� �`O•
B. AM BEST RATING (A VII or greater): 4.1xy _
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes ✓No
D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits providcd9A&aT2x
E. ADDITIONAL. rNSURED WORDING TO INCLUDE: (The City its officers .agents, officials, employees and
volunteers). Is it included'? Yes ✓ No_
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes ✓ No_
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation
certified mail, per Lauren Farley the City will accept the endeavor wording.
Ill. WORKERS COMPENSATION:
A. INSURANCE COMPANY;
B. AM BEST RATING (A VII or greater)!
C. LIMITS: Statutory
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes NO
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes ✓_ No
IF NO, WI-i.ICH ITEMS NEED TO BE CONII'LE'TED? �_�
1]
•
C- 32y�
June 28, 1999
i CITY COUNCIL AGENDA
AP FT OVED ? ITEM NO. 12
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: NEWPORT HEIGHTS' STREET LIGHTING, CONTRACT NO. 3258 -
AWARD OF CONTRACT
RECOMMENDATIONS:
1. Approve the Plans and Specifications.
2. Award Contract No. 3258 to DBX, Inc. for the Total Bid Price of $232,158 for
Alternate A, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $15,000 to cover the cost of unforeseen work.
DISCUSSION:
At 11:15 A.M on June 16, 1999, the City Clerk opened and read the following bids for
this project:
ALTERNATE "A!'
BIDDER TOTAL BID AMOUNT
Low DBX, Inc. $232,158.00
2 Mega Electric $236,500.00
3 Building Energy $279,125.00
The low total bid amount for Alternate "A, is 12% below the Engineer's Estimate of
$261,770.
ALTERNATE "B"
BIDDER
Low Mega Electric
2 DBX, Inc.
3 Building Energy
TOTAL BID AMOUNT
• $270,300.00
• $279,678.00
$317,505.00
. Corrected Bid Amount
The total low bid amount for Alternative "B" is 10% above the Engineer's Estimate of
$238,010.
SUBJECT: Newoort Heiahts' S *t Li0finq, Contract No. 3258 -Award Of Conto
June 28, 1999
Page: 2
THE LOW BIDDER
The low bidder, DBX, Inc., of Temecula, California, is a qualified general contractor
licensed to do business in California and has a "C -10" and "A" license. DBX, Inc. has
successfully completed similar construction projects for other public agencies and
municipalities in Southern California. The contractor has a good reputation in the
industry and has a significant amount of experience with street light replacement
projects. A check of their references indicated that they have performed work in a timely
professional manner.
PROJECT DESCRIPTION:
The street lights in Newport Heights' are slated for replacement under the City's 15 -year
program to convert the obsolete 5000 volt series street light circuits and replace the
aging facilities. The project calls for the replacement of 44 incandescent lights and
approximately 10,000 feet of obsolete electrical conduit and wiring. Most of the project
work is on Santa Ana Avenue and San Bernardino, between 15th Street and Cliff Drive,
see attached Exhibit "A ".
Earlier this year the residents in the Newport Heights area requested that the old street
light poles remain and they simply have the lamps replaced. However, a majority of the
poles are showing their 50 years of age with exposed rusting rebar on the deteriorated
and spalling concrete poles. With this information, the residents requested that the City
explore the idea of a concrete pole replacement instead of the standard fiberglass that
has been used for the past several years. They had also requested a 'White" light
instead of the soft orange high pressure sodium (HPS) light that has been provided in
other past conversion projects.
The plans and specifications were assembled to allow two alternative separate bids.
Alternative "A" for the resident preferred concrete poles and white lights and Alternative
"B" with the City standard fiberglass pole with HPS light. This was done to compare the
cost of the two different poles and lights. Because of a supply problem for the fiberglass
pole, the concrete pole and 'White" light alternative proved more cost effective. The new
"white" light, which utilizes microwaves instead of HPS, is new on the market. The light
comes with a 10 -year warranty and the expected life of the light is 20 years. The life
expectancy on the HPS lamps is about 5 years.
CONCLUSION:
The time of completion for the project is 90 working days. Award of the contract at this
time will allow the contractor to complete the work prior to December 1, 1999. Staff
believes the contractor can complete the project satisfactorily and recommends award
of the contract to the successful bidder, DBX, Inc., Temecula, California.
0
SUBJECT: Newport Heights' So Lighting, Contract No. 3258 -Award Of Cont*
June 28, 1999
Page: 3
There are sufficient funds available in the following accounts for the project:
Account Number Account Description Amount
7014- C5300025 Street Light Conversion Program $ 34,777.08
7014- C5300035 Street Light Replacement Program $228,218.40
Total: $262,995.48
RespectFull submitt
PUBLI ORKS DEPARTMENT
Don Webb, Director
M
Attachment: Project Location Map
Bid Summary
s
0 F:\Users\PB\MShared \COUNCIL \FY98- 99Uune -28 \Newport Heights C- 3258.doc
%
<
1. 1p
>
>
ly
ve
DRI,
Ile
44F
t
LEGEND
EMT= PULL box
Dasw SHEET Wrt
1; PRopom � Box
a PROPOM SIFEET LJGKT
. ..... .... DRIVE PROPO4 rn T a CO NWT
EXHIBIT A CITY OF NEWPORT BEACH
(W MLLDAN ASSOCIATES) NEWPORT HEIGHTS STREET LIGHT REPLACEMEN
��w T
9
0
0
F
Z
V W
a�
LL) �y
a
0 i
a
N
LLI
Z 0
L
OV
v�
IL
rn
rn
C
J
E ui
N Q
r �
W
a1 ~ d
= o
J
U
O
N rn Y
a w
d w
m
U M
Z
U
O�0
Q O
U
C
J L
m
a
M
J
W
Ul
N
2
W
W
H
p
m
L
3
A
o N
O m
O N
vw1 YOf V
M1 N~L
Q K
� W
L
W
ZW
Z a:
CL
d
a
x
r
E
N
V
N
G
z
6
I"
3
0
0
0
a0
0
0
0
0
o
0
0
o
0
0
0
0
0
0
0
0
0
0
0
o
p
F
0
Oa
o
uio
oo0�ci
vino
>-
Z
O
L
O
V
O
1�
N
n
fN0
N
N
w
O
P
A
m
aC
�
N
K
O
O
A
N
M
N
CD
r
N�
m
w
2
A
Wa
<
W
Cl)
V)
c�
Z
0
0
0
0
0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
0
0
0
0
°o
°o
°n
n
p"
r
N
n
°0
0
mZ
ON<pA
O
N
V
A
N
-Nw
0
(]
m
m
M
O
A
N
N
a'
r
N
m
D
O
O
O
O
O
O
O
O
O
O
O
O
h
O
O
O
O
O
O
O
O
O
O
O
O
p
z
O
O
o
0
OO
0O
OO
OO
OO
0O
OO
OO
0
Z
0
0
0
0
O
O
N
m
O
6
O
O
O
Z
N
N
f D
O
O
O
tNp
r
N
K
D
O
M
m
m
MN
tD
ONi_
M�
O
M—codm
m
m
U
Q
N
w
Q
N
fA
w
<
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
O
O
O
N
O
0
0
0
0
I-
0
O
�N0
O
N'
O
cp
N
N
N
O
W=
N
0
f
m
r
'
N
0
O
M
N
N
m
N
o
p
o
0
0
0
0
0
0
0
0
0
6
0
0
0
6
0
0
0
0
0
0
0
O
z
0
0
N
N
0
0
0
0
0
0
0
0
p
Z
N
N
N
O
tp
-
O
N
O
lh
O
m
r
N
07
D
M
O
N
O
m
N
'60
E
O
N
O
m
C?
tV
Z
Q
N
_
,A
X
m
0
0
0
0
0
0
0
0
0
0
0
0
WO
O
O
O
O
O
N
O
O
O
O
Z
O
O
tM
O
O
N
N
N
0
O
Z
N
N
aNG
A
aND
A
M
3
o
o
o
0
o
o
o
o
o
0
o
o
0
0
0
0
0
0
0
0
0
0
0
0
0
F
0
0
0
0
0
0
0
0
0
0
0
0
0
f-
0
P
o
O
0
O
o
O
cp
N
O
60,06-1
0
0
0
0
0
0
0
0o
4
C>
Z
O
O
O
O
N
N
fA
OD
�
N
A
P%
-
0
0
0
N?
r
N
N
N
N
�
0
N
0
O
Q
N
Q
N
O
O
O
O
O
m
0
0
0
0
0
69
0
0
0
0
4
0
t0
O
O
O
P
O
F
O
O
O
O
O
P
A
0
0
0
0
0
~
O
O
O
O
N
N
r
N
0
0
0
0
W
N
lV
N
W
Z
0
0
0
0
N
QQ
N
O
w
-
N
MM
M
W
W
W
N
Y
J
J
J
J
J
QQ
QQ
J
F
W
W
W
w
W
W
Qr
r
O
M
r
p
O
N
r
O
O
Z
0
P
O
M
d
D
rn
ID
t
La
t
LM
L
Q
J
j
12
r
W
J
J
Q
U
7
�
d
0
W
C
N
=
Z0
W
V
o
o
Zo
V
W
I=mo
dp
°P
ao
�
=C—p�
8
GF �
c
cc
'
`
J
U
S
vJ
s
U
w
o
C!
N
Q
W
V
t
t
U
N
C
3
c
O
IJ
t
r
n
N
#
US
0
O_
J
J
{
U
W
N
O
Iii
0!
N
d
J
cc
J
N
�y
C
C
C
C
i2
'Sc
NyynN
K
N
N
%%
dN
W
p
d
m
o
O
d
d
O
c
C
c
c
E
ul
ul
d
a
x
r
E
N
V
N
G
z
6
I"
3
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
Oa
Y
Z
O
N
O<
O
N
r
pp
N
N
K
O
O
A
N
M
N'
CD
r
N�
W
2
A
Z
<
W
Cl)
V)
Z
0
0
0
0
0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
0
0
0
0
a
a
O
O
N
V
A
N
r
0
(]
m
m
Z
O
N
N
tG
(q
a'
r
N
D
O
A
M
M
V
h
0
0
0
0
0
0
0
0
O
O
O
0
0
0
0
0
0
0
0
O
O
O
p
z
o
0
O
o
C
O
6
6
6
0
Z
N
N
m
O
O
O
N
N
N
act
ONi_
O
M—codm
m
m
m
Z
Q
N
fA
m
0
0
0
0
0
0
0
0
0
0$
0
0
0
0
00
0
N
O
O
O
I-
O
O
�N0
fN0
O-
O
N
No
S
N
N
0
m
r
N
0
M
-
M
M
N
0
0
0
0
o
0
0
o
0
o
0
0
0
0
0
0
0
0
0
c
o
o
O
z
O
O
O
o
O
O
o
O
O
O
o
p
Z
O
0
O
0
O
N
O
tp
-
O
O
N
N
O
lh
N
0
N
r
O
0
0
O
O
M
N
O
m
N
'60
E
O
N
N
m
C?
W
Q
N
J
W
Q
0
0
0
0
0
0
0
0
0
0
0
WO
O
O
O
O
O
N
O
O
O
O
Z
O
O
tM
p
O
O
M
M
M
M
J
o
o
o
0
o
o
o
o
o
0
o
o
0
0
0
0
0
0
0
0
0
0
0
0
0
F
00fD
0 hUl
8
8
0 m
o
g
o
o
g
o
Z
O
N
n
O
O
N
(7;
M
N
N
N
fV
G
0
r
O
Q
N
to
O
O
O
O
O
m
0
0
0
0
0
0
0
0
0
W
n
0
0
0
0
0
F
o
o
o
o
O
N
tV
O
C
O
O
Z
O
0
0 V
N'
o
o
W
N
lV
N
J
J
QQ
QQ
J
W
w
W
W
W
Y
F
Qr
r
O
M
r
p
O
N
r
tp
7
m
d
ID
t
La
t
LM
W
J
j
J
d
Q
W
c
U'
v
OW
o
Zo
.p
my
J
Ir
VS
Wy
vJ
`
o
V
d
o
LL
N
F
W
N
V)N
c
U
dad
c
3
c
O
t
r
yrya
d
A
y
O_
J
J
{
U
U
Iii
0!
N
d
J
cc
J
N
�y
C
C
C
C
i2
'Sc
NyynN
X
d
dN
w
p
d
m
o
E
21
W
r
N
m
O
N
N
A
aD
m
O
N
t
d
a
x
r
E
N
V
N
G
z
6
I"
3
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 18, 1999
Building Energy Consultants
1655 Willow Road
Arroyo Grande, CA 93420
Gentlemen:
Thank you for your courtesy in submitting a bid for the Newport Heights' Street Lighting
(Contract No. 3258) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
August 18, 1999
Mega Electric
417 W. Foothill Boulevard, Suite B -265
Glendora. CA 91741
Gentlemen:
Thank you for your courtesy in submitting a bid for the Newport Heights' Street Lighting
(Contract No. 3258) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach