HomeMy WebLinkAboutC-3298 - Irvine Terrace Street Light ReplacementJuly 10, 2002
AY OF NEWPORT'OBEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
F. J. Johnson, Inc.
P. O. Box 6341
Anaheim, CA 92816 -0341
Subject: Irvine Terrace Street Light Replacement Project (C -3298)
To Whom It May Concern:
On July 10, 2001, 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 August 28, 2001. The Surety for the
contract is Western Surety Company, and the bond number is 190596219.
Enclosed is the Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
enclosure
3300 Newport Boulevard, Newport Beach
0 0
PAGE 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
EXECUTED IN FOUR (4)
COUNTERPARTS
CONTRACT NO. 3298
• • �
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 1,962.00 --------------- - - - - --
being at the rate of $ 7.20 PER thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to F.J. Johnson, Inc., hereinafter designated as the "Principal ", a contract for
construction of IRVINE TERRACE STREET LIGHT REPLACEMENT, Contract No. 3298 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. 3298 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and WESTERN SURETY COMPANY
-- ------- - - - - -, 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 seventy-two thousand, four hundred sixty -six and 30/100
Dollars ($272,466.30) 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 specked in this Bond; otherwise this obligation shall
become null and void.
•
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 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 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 one year 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 11TH day of JULY , 2000.
F.J. JOHNSON, INC. -ox-
Name of Contractor (Principal) Authorized Signatures e
WESTERN SURE'T'Y COMPANY
Name of Surety
1800 E. IMPERIAL HIGHWAY
BREA, CA 92821 -6065
Address of Surety
714/255 -2200
Telephone
Au orized Agent Signature
JUDITH R. CUNNINGHAM, ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
1.
State of California
County of Orange
0
NOTARY ACKNOWLEDGMENT
On July 11, 2000 before me, Erika A. Nicholas Notary
(Date) (Namell'itle - Notary Public)
personally appeared Judith K. Cunningham
® personally known to me - OR - ❑ 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 helshe/they executed the
same in hWherltheir- authorized capacity(ies), and
that by his&er /theiF signature(s) on the instrument
the person(s), or the entity upon behalf of which
the person(s) acted, executed the instrument.
NOT P
!A
COMMISSION 0114il0�
ORANGE 1AlI CAnMIlAtiOA 1°a'MIM"�i�s�1
OPTIONAL INFORMATION
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL
❑ CORPORATE
❑ OFFICER(S)
(Title)
❑ PARTNERS(S) LIMITED
GENERAL
® ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIANICONSERVATOR
❑ OTHER
SIGNER IS REPRESENTING:
Witness my hand and official seal.
(Signature of Notary)
•
I1
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
' �.-" .'.'.�'„'C ^.S<. <: ^:CG': +:<haC +: SS'6: 'CCS:.C..CS.4 :G'C:L".4 °: •: •..: .. �...'1. ?:.ACC`. C: Xti:•: .•;': •.'. . -
5
is State of California
ss.
County of Orange
On July 17, 2000 before me, D. Bowes, Notary Public
�} Date Name and Title of Officer (e.g.. 'Jane Doe. Notary Public'}
personally appeared Daniel H. Smith
ti
Name(s) of Signer(s)
5
A X personally known to me
i .1 proved to me on the basis of satisfactory
i evidence
to be the person(s) whose name(&) istare
subscribed to the within instrument and
acknowledged to me that heflsf yexecuted
the same in hisfHefMireir authorized
capacity{iesj, and that by hisfherktreir
signature(e) on the instrument the person(&), or
the entity upon behalf of which the person(&}
acted. executed the instrument.
WITN and and official seal.
�C"
Place Notary Seal Above Signature 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
Signer's Name:
❑ Individual
• Corporate Officer —Title(s):
• Partner —❑ Limited ❑ General
• Attorney in Fact
• Trustee
• Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
RIGHT THUMBPRINT
OF SIGNER
01988 WBarW Nd9n Mwcetbn•9350 De SOw Aw.,P.O M. 59e] Reader. CWl TdFFee t- BW!]6-0aZ]
CIT OF NEWPORT BEACH
August 28, 2001
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
F. J. Johnson, Inc.
P.O. Box 6341
Anaheim, CA 92816 -0341
Subject: Irvine Terrace Street Light Replacement Project (C -3298)
To Whom It May Concern:
On July 10, 2001, 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
July 24, 2001, Reference No. 20010498318. The Surety for the contract is Western
Surety Company, and the bond number is 190596219. Enclosed is the Labor &
Materials Payment Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:lb
cc: Public Works Department
R. Gunther, P.E., Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
is
RECOPQ"FRN TED BY AND Recorded in official Records, county of orange
WHEN RECORDED RETURN TO: Gary Granville, clerk- Recorder
City Cl�k _2 19 :13 Ili{Illfl{Ililllfl{l 1111{ IIINII{I{INllill{fllill111181N0 FEE
3t0 of Newport Beach 20010498318 02:32pm 07124101
Nev4j �� g 109 o ro 00 �o.00 0.00 0.00 0.00 0.00 0.00
"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 F. J. Johnson, Inc. of Anaheim,
California, as Contractor, entered into a Contract on June 27, 2000. Said Contract set
forth certain improvements, as follows:
Irvine Terrace Street Light Replacement,
C -3298
Work on said Contract was completed on March 29. 2001, and was found to be
acceptable on July 10, 2001, by the City Council. Title to said properly is vested in the
Owner, and the Surety for said Contract is Western Surety Company.
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Execute_ddoon/ p / at Newport Beach, California.
BY Y �l A 1L 2 /2/!iE'er 1�
City Clerk
C
r • C,3aga'
July 10, 2001
CITY COU.NC1L"AGENDA
ITEM NQ:`:.2,
TO: Mayor and Members of the City Council 0
Ju-
FROM: Public Works Department t APPROVED
SUBJECT: IRVINE TERRACE STREETLIGHT REPLACEMENT PROGRAM,
CONTRACT NO 3298 — 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.
11IM6111-i -061 A
On June 27, 2000, the City Council authorized the award of the Irvine Terrace
Streetlight Replacement contract to F.J. Johnson, Inc., of Anaheim, California. The
contract provided for the conversion of the obsolete 5000 -volt series streetlight circuits
and replacement of the aging facilities, by the replacement or refurbishment of ninety -
two incandescent lights and approximately 14,000 feet of obsolete electrical conduit
and wiring. Most of the project work was on the eastside of the Irvine Terrace
community, with a small amount of work also done on Bayside Drive below Irvine
Terrace.
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: $272,466.30
Actual amount of bid items constructed: $277,112.10
Total amount of change orders: 21,584.31
Final contract cost: $298,696.41
The final overall construction cost including change orders was 9.63 percent over the
original bid amount.
SUBJECT: Irvine Terrace Streetlig placement, Contract No. 3298 - Completion And tance
July 10, 2001
Page 2
Two change orders totaling $21,584.31 were issued to complete the project. They were
as follows:
1. A change order in the amount of $11,401.11 provided for the replacement of 8
streetlight poles and foundations, 2 pullboxes and a modification to one base
wall at a streetlight.
2. A change order in the amount of $10,183.20 provided additional caps on poles,
and additional excavation and foundation reconstruction.
Funds for the project were budgeted in the following account:
Description Account No. Amount
Street Light Replacement Program 7014- C5300035 $298,696.41
The original scheduled completion date was December 12, 2000. Due to changes in
the work and City- requested additional work, the completion date was extended to
March 29, 2001. All work was completed by the revised completion date.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:Z
R. Gunther, P.E.
Construction Engineer
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
"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, Califomia, 92663, as Owner, and F. J. Johnson, Inc. of Anaheim,
California, as Contractor, entered into a Contract on June 27, 2000. Said Contract set
forth certain improvements, as follows:
Irvine Terrace Street Light Replacement,
C -3298
Work on said Contract was completed on March 29, 2001, and was found to be
acceptable on July 10, 2001, by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Western Surety Company.
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on <Ltj cc at Newport Beach, California.
BY�
City Clerk
July 12, 2001
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
RE: Notice of Completion for the Newport Dunes Storm Water Diversion
(C- 3297); and
Notice of Completion for the Irvine Terrace Street Light Replacement
(C -3298)
Please record the enclosed documents and return it to the City Clerk's Office.
Thank you.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
Attachments
3300 Newport Boulevard, Newport Beach
CITY CLERK
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
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 2:15 p.m. on the day of June 13, 2000,
at which time such bids shall be opened and read for
IRVINE TERRACE STREET LIGHT REPLACEMENT
Title of Project
Contract No. 3298
$ 294,000
Engineer's Estimate
roved b
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- 3342.
1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
K 6 13 M, t 91 L
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
INSTRUCTIONS TO BIDDERS
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 quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
3
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.
489328 C10
Contractor's License No. & Classification
F.J. Johnson, Inc.
i er
Corporate Secretary
Author ed Sig aturelTitle
Date
June 13, 2000
un %uu inu ia:zu rna i ria 031tizItu r J Juw1 UN ILM, UVVJ
PAGE 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT
HTn IN ------ - - - - -- Dollars ($----- 14,x- - - - -1, to be paid and forfeited to the City
of Newport Beach if the bid proposal of the undersigned Principal for the construction of IRVINE
TERRACE STREET LIGHT REPLACEMENT, Contract No. 3298 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 9TH day of
F. J. JOHNSON, INC.
Name of Contractor (Principal)
WESTERN SURETY COMPANY
Name of Surety
1800 E. IMPERIAL HIGHWAY
BREA, CA 92821 -6065
Address of Surety
714/508 -1450
Telephone
r uthori�— zed'Agent Signa re
TERRI L. VAUGHAN
ATTORNEY —IN —FACT
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
cretary
State of California
County of Orange
NOTARY ACKNOWLEDGMENT
On June 9, 2000 before me, J.K. Cunningham Notary
(Date) (Name/Title - Notary Public)
personally appeared Daniel H. Smith
® personally known to me - OR - ❑
---------------------------
1 J. K. CUNNINGHAM
p COMM. ¢#1113192 �
NOTARY PUBLIC - CALIFORNIA
ORANGE COUNTY N
I MY COMMISSION EXPIRES OCT. 6, 2000
------------- ---- -- -----
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL
® CORPORATE
❑ OFFICER(S)
(Title)
❑ PARTNERS(S) LIMITED
GENERAL
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
F. J. Johnson, Inc.
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/hen4heir 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.
OPTIONAL INFORMATION
Witness my hand and official seal.
(Signet (! o Notary)
0 9
State of California NOTARY ACKNOWLEDGMENT
County of Orange
On June 9, 2000 before me, J.K. Cunningham Notary
(Date) (NamelTitle - Notary Public)
personally appeared Terri L. Vaughan
® personally known to me - OR - ❑
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 heAheAhey executed the
same in his/herAheie authorized capacity(ies), and
that by hisEher /their- signature(s) on the instrument
-------------------------
J. K. CUNNINGHAM : the person(s), or the entity upon behalf of which
o COMM. # 1113192 the person(s) acted, executed the instrument.
NOTANI PUBLICGCALIFORMA K
ORANGE COUNTY ON
j MY COMMISSION EXPIRES OCT. 6, 2000
---------------------------
OPTIONAL INFORMATION
CAPACITY CLAIMED BY SIGNER(S)
❑ INDIVIDUAL
❑ CORPORATE
❑ OFFICER(S)_
(Title)
❑
PARTNERS(S) LIMITED
GENERAL
®
ATTORNEY -IN -FACT
❑
TRUSTEE(S)
❑
GUARDIANICONSERVATOR
❑
OTHER:
SIGNER IS REPRESENTING:
Witness my hand and official seal.
(Si atu of Notary)
I
"D% VAestern Surety Cot*any
A Subsidiary of CNA Surety Corporation
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing
corporation having its principal office In the City of Sioux Falb, and State of South Dakota, and that it does by virtue of the signature and seal
herein affixed hereby make, constitute and appoint
Denise Bennett, Judith K. Cunningham, Scott Dunham, John M. Garrett, Kari Goodman,
Griff Griffith, Gerry MCEwen, Steven C. Mosier, Erika A. Nicholas, Terri L. Vaughan,
Individually
of Tustin, California
its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as it such instruments were signed by a duly authorized officer of the corporation and
all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duty adopted,
as indicated, by the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by Its President and its corporate seal to
be hereto affixed on this 17th day of December 1999 .
�+u�t WESTE I RETY_C M NY
T
4•y„ Stephen T. Pate, President
State of South Dakota
County of Minnehaha ss
On this 17th day of December 1999 before me personally came Stephen T. Pate, to me known,
who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the President
of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that
the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of
said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said
corporation.
My commission expires J. MOHR ^
October 22.2005 a/S EALISOU H PUBLIC
SOUTH DAKOTA
My Commission Expirm 10- 12.2004 �• Mohr, Notary PUDIIC
4
CERTIFICATE
I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is
still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have
h2erreun o subscribed my name and affixed the seal of the said corporation this 9TH day of JUNE
Forrn F4280 -12 -99
WES& SURETY COMPANY
elSOn, Assistant Secretary
I,,
PAGE 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
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.
Subcontract Work Subcontractor Address
PO Box 5390
item # 17 Amicale Riverside.
2.
3.
4.
5.
6.
7.
8.
9.
10.
F.J. Jc.hnson, Inc.
Bidder
92517
Corporate Secretary
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
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 Person Telephone
Completed Name /Agency To Contact Number
SEE ATTACHED
F.J. Johnson, Inc. Corporate Secretary
Bidder Auto zed Sinnatu i le
• Jobs Completed •
1990-1991
JOB NO. DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT
& CONTRACT AMOUNT AND ADDRESS AND PHONE NO.
189
08 -22- 90/$79,685.00
CITY OF IRVINE
George Foster
Alton Pkwy Widening
1 Civic Cntr Plaza
(714)724 -6551
Traffic Signal
Irvine, CA
163
12- 19- 90/$134.220.00
COUNTY OF ORANGE
Dave Goya and
El Toro Rd & Bells Viero
E. M. A.
John Delsign
Traffic Signal
(714)472 -7970
190
01- 15- 91/$125,965.00
CITY OF TUSTIN
Fred Page
Tustin Ranch Road
300 S. Centennnial
(714)544 -8890
Traffic Signal
Tustin, CA Way
Ext. 447
191
02- 10- 91/$81,915.00
CAL TRANS
Bob Carrell
Beach Blvd.&
(714)854 -8195
Hillsborough/T /S
215
02 -15- 91/$70,536.00
CITY OF ANAHEIM
Glen Bagley
Lincoln, Anaheim
200 E. Lincoln
(714)254 -5282
Traffic Signal
Anaheim, CA
221
05- 10- 91/$94,087.00
CITY OF IRVINE
Rob Hughes
Jamboree & Dupont
P.O. Box 19575
(714)724 -7648
Traffic Signal
Irvine, CA
205
06 -09- 91/$90,987.00
CITY OF SANTA ANA
Al Mesh
Tustin & Bentall
20 Civic Cntr Plaza
(714)647 -5609
Traffic Signal
Santa Ana, CA
213
07 -29- 91/$112,158.00
CITY OF ORANGE
Chris LaFace
Katella /Home Depot
300 E. Chapman Ave
(714)532 -6426
Traffic Signal
Orange, CA
243
09- 03- 91/$93,140.00
CITY OF ANAHEIM
Glen Bagley
Clementine & Freedman
200 E. Lincoln
(714)254 -5282
Traffic Signal
Anaheim, CA
248
10 -10- 91/$106,113.00
CITY OF HUNTINGTON BCH Jim Otterson
Main St. & Delaware Ave.
2000 Main Street
(714)536 -5227
Traffic Signal
Huntington Bch, CA
257
11 -26- 91/$78,152.00
MISSION VIEJO COMPANY
Barry Osborne
Aliso Crk Rd & Pursuit
26137 La Paz Road
(714)837 -6050
Traffic Signal
Mission Viejo, CA
•
Jobs Completed
1996-1997
DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT
& CONTRACT AMOUNT AND ADDRESS AND PHONE NO. _
03 -01- 96/$164,100.00
City of Brea
Street Lighting
03 -18- 96/$45,367.00
Lincoln Ave. & East St
Signal Modification
05-16-97/$460,000.00
Lincoln Avenue
City of Anaheim
04-20-97/$220,000.00
Western Avenue
Hillcrest Contracting Jerry Blair
P. O. Box 1898 (909)273 -9600
Corona, CA 91718 -1898
City of Anaheim Glen Bagley
200 So. Anaheim Blvd (714)254 -5126
Anaheim, CA 92802
City of Anaheim Caster Williams
200 So. Anaheim Blvd. (714)254 -5176
Pouk & Steinle Bob Biscoe
(909)682 -2982
City of Anaheim Dave Nelson
(714)254 -5176
Pouk & Steinle (909)682 -2983
Jobs Completed
1992-1993
JOB NO. DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT
& CONTRACT AMOUNT AND ADDRESS AND PHONE NO.
280 07 -21- 92/$228,539.00
Various Locations
Santa Ana
281 07-20-92/$119,263.00
Tustin Ranch Rd /Auto Cntr
Traffic Signal
292 08 -19- 92/$261,232.00
Moulton Parkway
Traffic Signal /Modification
260 09 -14- 92/$320,047.00
Victoria Street Improv.
Costa Mesa
301 11 -06- 92/$155,376.00
Auto Center Drive
Traffic Signals
304 07 -16- 93/$248,246.00
Various Locations
Traffic Sig /Modifications
305 02 -01- 93/$190,217.00
Aliso Creek Road
Traffic Signals
307 02 -01- 93/$38,923.00
Bristol /Hesperian Way
Traffic Signal Modification
313 05 -17- 93/$186,825.00
Oso Pkwy /Country Club Dr
Traffic Signals
315 04 -27- 93/$79,996.00
Red Hill Avenue
Traffic Signal Modification
CITY OF SANTA ANA Dave Urbin
20 Civic Center Plaza (714)565 -4029
Santa Ana, CA
CITY OF TUSTIN Fred Page
15222 El Amo Ave. (714)544 -8890
Tustin, CA Ext. 447
COUNTY OF ORANGE John Delsign
(714)4.72 -7970
SULLY MILLER COMPANY Jerry Blair
6145 Santiago Canyon (714 -639 -1400
Orange, CA
CITY OF TUSTIN Fred Page
15222 Del Amo Ave. (714)544 -8890
Tustin, CA Ext. 447
CITY OF ORANGE Chris LaFace
300 E. Chapman Ave. (714)532 -6426
Orange, CA
CITY OF MISSION VIEJO Jack Candelori
26522 La Alameda (714)582 -2489
Mission Viejo, CA
CITY OF SANTA ANA Dave Urban
20 Civic Center Plaza (714)565 -4028
Santa Ana, CA
CITY OF MISSION VIEJO Dennis Wilberg
26522 La Alameda (714)582 -2489
Mission Viejo, CA
CITY OF TUSTIN Fred Page
15222 Del Amo Ave (714)544 -8890
Tustin, CA Ext. 447
• Jobs Completed •
1994-1995
DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT
& CONTRACT AMOUNT AND ADDRESS AND PHONE NO.
01 -11- 94/$186,238.00
COUNTY OF ORANGE
John Delsign
Alicia Parkway
E. M. A.
(714)472 -7970
Trf Sig /Mod /Street Lights
01 -20- 941$73,940.00
CITY OF ORANGE
Chris LaFace
Two Locations
300 E. Chapman Ave.
(714)532 -6426
New Traffic Signals
Orange, CA
03 -11- 94/$559,644.00
CITY OF LAGUNA NIGUEL
Dave Rogers
Various Locations
27781 La Paz Rd
(714)362 -4377
New Traffic Signal
Laguna Niguel, CA
03- 15- 94/$376,200.00
SULLY MILLER CONTRACT.
Bill Tremble
La Palma/Tustin /Lakeview
1100 East Orangethorpe
(714)491 -3480
Modify Two Locations
Anaheim, CA
08 -01- 94/$511,771.00
CITY OF LAGUNA HILLS
Ken Rosenfield
Cabot Rd Improvements
25201 Paseo de Alicia
(714)707 -2650
Trf Sig & Road Imp
Laguna Hills, CA
10 -02- 94/$92,635.00
CITY OF COSTA MESA
Tom Banks
19th St & Meyers Place
77 Fair Drive
714)754 -5029
Traffic Signal
Costa Mesa, CA
10- 21- 94/$54,441.00
CITY OF FULLERTON
Mohammad Auf
Commonwealth Ave /Basque Ave
303 West Commonwealth
714)738 -6845
Signal Modification
Fullerton, CA
10- 30- 941$427,718.00
CITY OF NEWPORT BEACH
Jeff Stewart
Balboa Peninsola St
3300 Newport Blvd.
Herb Wollerman
Lt Rep /New St Light Sys
Newport Blvd, Ca
(714)644 -3301
01- 19- 95/$170,000.00
CITY OF FULLERTON
Paul Smith
Various Locations
303 W. Commonwealth
(714)738 -6845
Modify Traffic Signals
Fullerton, CA
01- 20- 95/$279,710.00
MISSION VIEJO CO.
Ann Hibbard
Two Locations
26137 La Paz Rd
R. B. F.
Traffic Signal Imps
Mission Viejo, CA
(714)472 -3505
03- 01- 95/$372,209.00
CITY OF PLACENTIA
Warren C. Siecke
Various Locations
401 East Chapman Ave.
(714)993 -8134
Install Traffic Signals
Placentia, CA 92670
10- 01- 95/240,100.00
Sully Miller /Anaheim
Bernie Anderson
Kraemer Ave /La Palma
1100 East Orangethorpe
(714)578 -9655
Signal Modification
Anaheim, CA
09- 15- 95/$113,509.00
City of Garden Grove
Frank Gaggia
Garden Grove Blvd /Newhope
11391 Acacia Pkwy
(714)741 -5191
Signal Mod & Median Work
Garden Grove, CA 92642
06/09.00 FRI 12:10 FAX 1 714 6328569 F J JOHNSON INC la002
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of Orange )
PAGE
Daniel H. Smith being first duly sworn, deposes and says that he or she is
Secretary of F. J. Johnson, I'ric. 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 la lofhre aornla at the foregoing is true
and correct.
F. J. Johnson, Inc.
Bidder
Subscribed and sworn to before me this 9th day of June
2GOO.
' l [SEAL]
NotaW Public
My Commission Expires: Oct. 6, 2000
N J. K. CUNNINGHAM
p COMM. #1113192 g
NUTARY PUBLIC -CALIFORNIA
3 ORANGE COUNTY
i _ MY COMMISSION EXPIRES OCT. - 6, 2000
P
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PAGE 7
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
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 of
the Notice of Award to the successful bidder:
• CONTRACT
• 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. 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 Engineer within ten (10) days (not
including Saturday, Sunday and Federal holidays) after the date of receipt of the Notice of
Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Propedy_Gasualty. 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.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PAGE 8
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
CONTRACT
THIS AGREEMENT, entered into this 27th day of June, 2000, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and F.J. Johnson, Inc., hereinafter "Contractor," is
made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
IRVINE TERRACE STREET LIGHT REPLACEMENT
Project Description
3298
Contract No.
WHEREAS, 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, 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, Bidder's
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. 3298, 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.
• • 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 seventy-two thousand, four
hundred sixty-six and 30/100 Dollars ($272,466.30).
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 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.
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. Sinacori
(949) 644 -3342
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
F.J. Johnson, Inc.
P.O. Box 6341
Anaheim, CA 92816 -0341
(714) 632 -1415
Contractor, by executing this Contract,
"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.
4. Other Insurance Provisions
• PAGE 11
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
amount provided that the Work damaged is built in accordance with the plans and
specifications.
•,*
6. Right to Stop Work for Non - Compliance
• PAGE 12
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 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 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 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.
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.
•
• 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.
ATTEST:
(� M. "t11
CITY CLERK
CITY OF NEWPORT BEACH
A Municipal C rporation
Cont r ctor
By: 4
Authorized Signature and itle
ACCORD
OATE(MMAm" .
07/26/2000
'PRODULlR (714) 508 -1450 FAX (714) 508 -1455
arrett /Mosier Insurance Services, Inc.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
17291 Irvine Blvd., Suite 104
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVERAGE
Tustin, CA 92780
COMPANY Pennsylvania General Ins. Co. .
Attn: Kari Goodman EXt: 470
A
INSURED
COMPANY GeneraTAccident Ins. Co.
e
COMPANY
c
F.J. Johnson, Inc.
3000 E. Coronado Street
--
Anaheim, CA 92606
COMPANY
D
THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIRE)AEM, TERM OR CONOM014 OF ANY CONTRACTOR OTHER DOCUMENTVVITH RESPECrTO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POUCHES. UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
T
Do
LTTH
ME OF INSURANCE
— POLICY NJMBE72 -••i POUCYEFFECTIVE
DATE(MumanYl
POUCYBXPIRATION
GATEPHUDOIYYI
LIMITS
GENERALUABILITY
GENERAL AGGREGATE
S 2,000 000
PRODUCTS- COMPIOPAGG
i 2,000 -000
X
COMMERCIAL GENERAL uAmuTY
A
CLAMS MADE ]OCWa
OWNINGAOONTRACTOKSPROr
PP121764700
03/31/2000
03/31/2001
PERSONAL t AIN INJURY
t 1 000'000
EACH OCCURRENCE
s 11000,000
FIREDAAAGE(""%)
s 3013,000
MEOWIAY MPS)
s ID ,000
AUTOMOBILE!
X
LIABILITY
ANY AUTO
COMBINED SINGLE UNrt
i 1,000,000
_
BODILY INJURY
(Peroeeml
%
A
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRFDAUTOS
NONLWNEDAUTOS
032105200
03/31/2000
03/31/2001
X
BODILY MARY
(I>p ACnV.N)
s
X
PROPERTY OAMIIGE
t
GARAGE WIBIUTY
AUTO ONLY -EA ACCIDENT
i
OTHERTHAN AUTO ONLY:
ANrAUTD
'
EACH ACCIDENT
i
AGGREGATE
S
EWEN UAeIT,ITY
EACH OCCURRENCE
t 1,000,000
B
X UMBRELLAFORM
U8020161700
03/31/2000
03/31/2001
AGGREGATE
t 1,000,000
i
OWE R THAN UMOREUA FORM
MIORNERSCOMPI3M"ON AND
Fj•
EMPLOYERS' UANLIn
t
0. EACH ACCIDENT
0.OTSEA.9E -POLICY LIMIT
S
THE PROPRIETOW WCL
PARTNERSE ECUTIVE
OFFICERS ARE EICL
__�- ....__
0.IXSPASE•EA EMTA.pYEE
S
OTHER
h4CRIPTION OF OFERATIONin, yCATIONSNEJD•CLE9WPECUL ITEIS
is certificate may be rellied upon only if the description of operations attachment referred to herein
s attached hereto, RE: Irvine Terrace Street Light Replacement Contract #3298. General Liability
roperty Damage Occr. Deductible: 51,000. *10 Day Notice of Cancellation in Event of Non -Pay of Prem.
T) uscerd5caJ endcmm; intsupenada= y previously issuedPxr6ftcstTJendDT =m&n
SNOULD ANY OP THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
oalRAeoN DATE THEREOF .THETesww COMPANY mL,LMiBD 6MAL
30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Newport-Beach
3300 Newport Blvd
AUTHOR!�l ATME
i
Newport Beach, CA 92669 -1768
City of Newport Beach
Certificate issued to City of 'Newport Beach 07/26/2000
Garrott /MnCier Tnsurance Services. Inc.
F.). Johnson, Inc.
RE: Irvine Terrace Street Light Replacement Contract #3298
City of Newport Beach, its officers, officials, employees and volunteers are added as Additional Insured
and this insurance is primary /non - contributory, per CG20101185 attached, with respects to work performed
for them by F. 1. Johnson, Inc., under General Liability coverage_
City of Newport Beach, its officers, officials, employees and volunteers are added as Additional Insured,
and this insurance is primary /non - contributory, per A -8060 6.92 attached with respects to work performed
for them by F. J. Johnson, Inc., under Automobile Liability coverage.
CA00291288 attached.
This osrtifiestdertdanemmt supcnedw my prc iously issued ceRi&etd=doram,sot.
0 0
Named Insured: F.J. Johnson, Inc.
POLICY NUMBER: Policy #CCP121764700
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
CG 20 10 1105
ADDITIONAL INSURED— OWNERS, LESSEES' OR CONTRACTORS (FORM 0)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGERART
SCHEDULE
Name of Person or organization:
tt i-as,
Blanket as required by written contract.
(It 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 include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work' for that insured by or for you.
"It is agreed that such insurance as is afforded by this.policy for the benefit of the additional insured
shown shall be primary insurance, and any other insurance maintained by the additional insured(s)
shall be excess and non- contiibuttiry, but only as respects any claim, loss or liability is determined to
be responsibility of the named insured."
This anifwaWeedomment ripe aedcs my pmtowly issued artWatUtndwn t
u C
Cocyrisml. Insunnee Services office. Inc., 1984
too®I ONI NOSNHOr r d 66229C6 4TL T YV4I..ZT:0T aU 00 /T0/00
G /�\ GENERAL
\\ ACCIDENT
INSURANCE
This Endorsement Changes The Policy. Please Read It Carefully.
Additional Insured Endorsement
This endorsement modifies insurance provided under the following:
Business Automobile. Coverage Form
Truckers Coverage Form
Named Insured:
F. J. Johnson, Inc.
Additional Insured:
Blanket as required by written contract
Policy Number.
BA 0321052 -00
Endorsement effective:
From: 03/31/2000 To: 03/31/2001
The following paragraph Is added to Section II. A.1. Who Is An Insured:
The additional insured, shown in the schedule above, for all sums:
1. that the additional insured must pay because of "bodily Injury" or
"property damage" to which this insurance applies; and
ii. resulting from the additional insured's liability for the conduct of any
other "insured', but only to the extent of that Gablity.
"It is agreed that such insurance as i6 afforded by this policy for the benefit of the
additional insured shown shall be primary insurance, and any other insurance maintained
by the additional insured(s) shall be excess and non - contributory, but only as respects any
claim, loss or liability i6 determined to be responsibility of the named insured:'
Tits cerdEcareleMorM=t eupmcdm eny rreN[=IY Issued certiGc:.tJrndan:a�xn+..
A-8060 6.92
ennM '1e1T Onch Qne P Al YGe*7PG %Tr T WJ 7T-AT 4nT GniTA /an
Named Insured: F.J. John, Inc_ • CA 00291288
Policy #BA0321052 -00
THIS ENDORSEMENT CHANGES ll HE POLICY. PLEASE READ IT CAREFULLY.
CHANGES IN BUSINESS AUTO AND TRUCKERS COVERAGE
FORMS _ INSURED CONTRACT '
This endorsement modifies Insurance provided under the following:
EUSINESS AUTO COVERAGE FORM
TRUCKERS COVERAGE FORM
The definition of 'Insured contract" in the DEFINITIONS Section Is replaced by the following:
E. "Insured contract" means:
1. A lease of premises;
2. A sidetrack agreement;
3. An easement or license agreement in connection
with vehicle or pedestrian• private railroad crossings
at grade;
4. Any other easement agreement, except In
connection with construction or demolition
operations on or within 50 feet of a railroad;
5. Any Indemnification of a municipality as required
by ordinance, except in connection with work for a
municipality;
8, That part of any contract or agreement entered
Into, as part of your business, by you or any of your
employees pertaining to the rental or lease of any
"auto;"
C
C-
v
7. That part of any other contract or agreement
pertaining to your business under which ydu
assume the tort fiabllily of opother to pay damages
because of "bodily Inury" or "property damage' to
a third person or organization, If the contract or
agreement Is made prior to- the `bodily Injury" or
"properly damage' Tort liability means a [[ability
that would be Imposed by law in the absence of
any contract or agreement.
An "insured contract" does not Include that part of any
contract or agreement;
1. That pertalns to the- loan, lease or rental of an
"auto" to you or any. of your employees, If the
"auto" Is loaned, leased or rented with a driver, or
21 That holds a person or organization engaged In the
business of transporting property by 'auto" for hire
harmless for your use of a covered 'auto"' war a
route or. ,territory that person or organization Is
authorized to serve by public authority.
ROOM CA nn :rt1vaa f7n br�`II�Of f���`� 8984Z¢B�i�T1 T YYd IT :OT aU OO /T0i80
YUU -UtKIS 114 )0.79.11 •: nu. Coro --r. Ir I
: ,.
�y��t..�tr� "•'.: 0.0. BOX•420807, SAN FR'ANCISCd, CA 94142 D807 : •,. ` •° • •'
' .• ... _ .. ..
..
COMPEN�AT�aN
6rrl/fiiY�A iNCre,•.y
:'CERTIFICATE
,�d!� OF WO,RKEfi$' GQNIpN$ATYOIy INSURl4NG(r
:.: .
'•711`.1( 32,.26e; ;`.,: _;
GLICYNUM6E Z ,
::..... . .. . ... .6e P b 1.7. "!,.:
RYrFfcnr €fxwtae�r `,3�
-
•
k E1•
r •f
CIT4.•0�`,'HBjf�lRi:9$6�H „. 1'
,,
33Q0:1C6tI PORT :�DUL$VpfiO /P. Q,.:: BOX 1'J6�
. •'
2iSYPORT'HE d . CAGIFOI?ltIA'• 526$8=i3F1' 70�;:'kL6
L
This is to c,Qitny that W¢ nave issued a valid Yvdrkers' t:QtnpeltisatiQr insOrafi_Cq policy in ]p farm approved by the Caltjotida
Insurance Comtba5onerwthe e'mptoyer•niMWdbelo% forthe poticy'parigd intlicl ted; :' 1. •'
.rThis policy Is not subject to cancellation by the Fund excdpt upon-19PEays' abvance wiitteh notige„tb the omplgkl:
” `' We rdll also gNe you 799! days''hdvance ndtic¢ should tt isp6licy be cahcelle� prior Whsnortnal &Viraftn.l,:
XX.
This certificate Of insurance is not zn lnsurance policy and does W,,amdhd, dxtend br altgr the coverage affokled bj the • .
pollcJss listed herein:. NotAfthstanding any requirement• tams, -or condition of any'convict or other documem with
respA116 Which 6i1's certtficafe-of insurance may be issued br may pertdin• the Irrsurance'aftordsd ' by-the pollCies-
.1
'.14mcn'bed tter6lrtls'3ubjwt to all lhd berme• exciusions and condhiops of suoh p0licle4:
''AUTHORIZED REPRE6ENT�TIVE �• ...,
-' �ttPLOYHR'.4.L2AS3{IIX LIt1I7 INCbUDI?fG'DE'F;HSfi CO3tS7 6ir.0$f9r00m:.pESt QCCUR$F�BCF'; %',
EAb0A5EbRfiT 1rZ065 EHTITI ED CTFILAT! HOLDERS" NA7ICE l FFLt 7TY;
•: ,03/31)00'IS' k'I:TACHED' Tb`AND'FORMS.:A: PART;:1���f1II$:Pi1L'iCY:. � -' -
;
•,
'• EHD0�6MEliT :'4�2570.ERTSTLED`1tAIPEA:'q� SIl13l�OGA7IDif ':tifB�1`�.YE..,��... ; •,
.
_
_ .x/18 /ee:•xS "= arrxctia�i To :AND 4• , -� .�kRT
THIRD PARTY �AAItf: CZT4 ,OF HfiYPp1;7 8.4k A
F. J' 'T ANSOH, INC..'
•..;:
:. ; - . :.
':.:. P. 0. �.�OR 6847:.
•.
ANA`t!$I3I. CALiFOAAIA' 32818 '; ,
1.00M 3NI NOSN30r f 3 6929bee HL I YYd MOT 311E 00 /So /90
AUG -01 -00 'I'UE 0221 NM hAX NU. • N. 01/07
RC. C',lvev
CITY OF NEWPORT BEACH t,�j� 0 t 2400 �Er
PUBLIC WORKS DEPARTMENT of ok NN P.O. BOX 17'68 ZAVAOR UN � n
NEWPORT BEACH, CA 92638. 8915 ., x
��rnon��r
FAX COVER SHEET
DATE. FAX NUMBER: 714-939.1654
aL
SUBJECT: APPROVAL OF INSURANCE DOCUMENTS
FAXED BY: Shaun
PHONE NUMBER: (949) 644.3311 NUMBER: (949) 644.3318
NUMBER OF PAGES INCLUDING COVER SHEET:
COMMENTS: PLEASEAPPROVEMP
�ruK XDU,
Please Notily Sender If Transmission Is Incomplete
60/T0'd BTSz "g 696 Fptl39lb0d93J d] A1I3 ZC:£Z 0002 -T£ -W
i
.
r r .
�ruK XDU,
Please Notily Sender If Transmission Is Incomplete
60/T0'd BTSz "g 696 Fptl39lb0d93J d] A1I3 ZC:£Z 0002 -T£ -W
AUG -01 -00 TUE 0221 PM
•
FAX N0.
• P. U2 10
4W.-C. ruuu tu[ un.uU 111
(S:CAL-SURANCE
CERTIFICATE OI: INSZJRl1NCE g �S
CHECKLIST
CITY OF NEWPORT BEACH
TATS CFIECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY TIC CITY OF NEWPORT
BEACH.
DATE RECEIVED: r i t DEP AATMWr1COWA rr • i..i : �i
DATE E. r_ j* SEW TO, affiftW
:tr TO HAVE CERTMCATE7 . ,
GENERAL LIABTLITY:
A TNSURANCE COM PANY: 11A1rsY% V .ulA ��J eWMAYY
B. AM BEST RATING (A VN or Sm":_ --
C ADMnM CObAPANY: C Muss be Calfknt a AdmlaeW 15 eompatty tied In Cltubminf Yes ✓ No^
D_ LIMITS: (Must be $1,000,000 at heater) Wbu is Ilmit p dedT !
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Itul - - 1e s )nelttded? Yu We
F. ADDITIONAL INSURDED WORDn4 i TO INCLUDE: ( The ChY us ollw= UQVA o[fick4L employees and
voldareets). Is it Included? Yu—!!f- No_
Ct. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be Iaetudo0 U it itte)udod? Yes ✓No
K CAtMONI ( Confirm that loss or Liability of the Named ( muud is ra limited moldy by thdr ee51 PM.)
Does endommear include `solely by aviteace" wofdt a Yes_)- No,^
1. NOTIFICATION OF CANCELLATION: Aukagh these Is a pr vision dW requites noti5atin of =ncellation be
cerrllted mall; per I =cn Fanny the Chy wM aeeopt the endeavor tvotding.
M AUTOMOBILE UABU TTY;
A. INSURANCE COWANY:
B. AM BEEST RATING (A VII m greater):
C. ADMCCTED COMPANY; ( MUST BE CALIFORNIA ADM=) Is company adadtmd? Yes ✓ No
D• LIMITS: (Ivkmt be $1.000.000 mininwat BI x PD and 5500,140 UM) W(nr is (irtdtc ptovikd7 °
E. ADDITIONAL INSURED WORD049 To INCLUDE: (The Ciy its officers AWts. officals, enWloYsss and
Yolmteart). Ts it included° Yes ✓ No_
F, PRIMARY AND NON CONTRIBUtORY WORDING: (Mutt be Included), Is h included? Yse,• No_y0"_
G. NOTMCATION OP CANCELLATION: AIMUEls IhM is a provides the reorrx notMcoAnn of autaihtitm by
cetrltled =It per Lauren Farley the City win accept the endeavor wording
M. WORKERS COMPENSATION.
A. MLVANCB COMPANY: .4%01f' IV �AlS Cl plt[
B. AM BEST RATING (A VII or peaterj
C. LA41TS: SWtutoty
D. WAVIER OF SUBROGATION: (To include). Is it iadodO. Yes ✓ Na!
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes —
IF NO, WHICH ITEMS NEED TO BE COMPLETED? !
JWA �usyesD fun's
K1P.7 AMA&4zzwz
?jff AUfOj 3) C/JRJ7I�jZ'S feATi�16 !s MkU I!/RN
No ✓
4e/Z0'd 610E "9 646 tiJtiBH180&34 -10 A110 Zt+:EZ B)0N -TE -W
CITY OF NEWPORT BEACH
BID SCHEDULE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
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. 3298 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
@ twelve hundred fi Vollars
and
zero Cents 1,250.00
Per Lump Sum $
2. LUMP SUM Traffic Control
@ twenty one hundred Dollars
and
zero Cents
Per Lump Sum $ 2,100.00
3. 44 Replace luminaire on existing type I
EACH street light standard with 70 -watt HPS,
240V luminaire, including PEC, fusing,
conduit, and conductors from adjacent
pull box to luminaire.
@ four hundred thirtyDollars
six dollars and
tarn Cents
Per Each $ 436.00 $ 19,184.00
r
J
PR -2 of 5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 7 Replace existing street light standard
EACH with type I street light standard on new
foundation complete with 70 -watt HPS,
240V luminaire, including PEC, fusing,
conduit, and conductors from adjacent
pull box to luminaire.
@twenty two sixty Dollars
seven col-Mrs and
ZP_rO Cents
Per Each $2,267.00 $ 15,869.00
5. 7 Replace luminaire on existing type III
EACH street light standard with 70 -watt HPS,
240V luminaire, including PEC, fusing,
conduit, and conductors from adjacent
pull box to luminaire.
@ six hundred ninty Dollars
three dollars and
Cents
Per tach $ 693.00 $ 4,851.00
6. 1 Replace existing street light standard
EACH with new type III street light standard
on existing foundation complete with
70 -watt HPS, 240V luminaire, including
PEC, fusing, conduit, and conductors
from adjacent pull box to luminaire.
@ twenty seven hundredpollars
eighty four dollars and
zero Cents
Per Each
$_2_, 784. 00 $ 2,784.00
7. 13 Replace existing street light standard
EACH with new type I street light standard on
existing foundation complete with 70-
watt HPS, 240V luminaire, including
PEC, fusing, conduit, and conductors
from adjacent pull box to luminaire.
@ twenty three hundrecbollars
ninty 5ix dultaLs and
zero Cents
Per Each $ 2,396.00 $31,148.00
i
PR -3 of 5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 18 Relocate existing street light standard
EACH on new foundation and replace lighting
fixture with 70 -watt HPS, 240V
luminaire, including PEC, fusing,
conduit, and conductors from
adjacent pull box to luminaire.
@ al avan hundred Dollars
seventy dollars and
zero Cents
Per Each $ 1,170.00 $21,060.00
2 Relocate existing street light standard
EACH on new foundation, install conduit, and
conductors from adjacent pull box to
luminaire.
@ five hundred ninty Dollars
five dollars and
zero Cents $ 595.00 $ 1,190.00
Per Each
10. 3 Modify service cabinet to provide 2 -2P
EACH 20 amp breakers and connect wiring.
@ forty eight Dollars
and
zc�rn Cents
Per Each $ 48.00 $ 144.00
11. 14,200 Install 1 v4 -inch PVC conduit with 248
LINEAR FT. insulated conductors and 148 bare
conductor.
@ nine Dollars
and
ten Cents $ 9.10 $ 129,220.00
Per Linear Ft.
12. 3,870 Install 248 insulated conductors and 1-
LINEAR FT. #8 bare conductor in existing conduit.
@ one Dollars
and
eighty six Cents
Per Linear Ft. $ 1. 86 $ 7,198.20
0
r
PR-4 of 5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
13. 61 Install 4 #8 insulated conductors and 1
LINEAR FT. #8 bare conductor in existing conduit.
@ two Dollars
and
ten Cents
Per Linear Ft. $ 2.10 $ 128.10
14. 13 Remove existing pull box. Remove
EACH existing conduit and conductors and
restore surface to match adjacent
area.
@ nna hundred ninty Dollar
and
zero Cents
Per Each $ 190.00 $ 2,470.00
15. 1 Install new service cabinet and #5
EACH pull box per CNB STD -206 -L
@ twenty eight hundredDollar
ninty dollars and
zero Cents
Per Each $ 2,850.00 $ 2,890.00
16. 7 Sawcut and reconstruct gout cap
EACH and patch foundation as necessary.
@ one hundred seventy Dollar
six dollars and
zero Cents
Per Each $ 176.00 $ 1,232.00
17. 10 Install concrete block slough wall as
EACH required for earth retention.
@twelve hundred sixty Dollar
and
zero Cents
Per Each $ 1,260.00 $12,600.00
0 0
PR -5 of 5
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
18. 8 Install modified foundation to elevate
EACH pole height above surrounding grade
@ two hundred forty Dollar
one dollars and
1.1,, Cents
Per Each $ 241.00 $ 1,928.00
19. 94 Install new #3 -1 /2F concrete pull box.
EACH Use #5 F when 5 or more conduits
terminate in the same box.
@ one hundred twenty Dollar
!7-- aoiiars and
zero Cents
Per Each $ 120 -00 $11.280.00
20. 20 Replace existing #3 -1/2F pull box
EACH with new #3 -1/2F concrete pull box.
@ one hundred ninty Dollars
seven dollars and
zero Cents
Per Each
TOTAL BID SCHEDULE PRICE
TOTAL PRICE IN WRITTEN WORDS
Two hundred seventy two thousand four Dollars
hundred sixty six dollars and and
zero Cents
Bidder's Name Johnson, Inc.
$ 197.00 $3,940.00
$ 79,466 nn
Total Price (Figures)
Bidder's Address p_0_ Box 6341. Anaheim. CA 92816 -0341
Bidder's Telephone Numbe
Contractors License No. &
Secretarl
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX FOR
SPECIAL PROVISIONS
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
Page No.
I.
SCOPE OF WORK .................................................... ...............................
1
II.
COMPLETION, SCHEDULE, AND PROSECUTION OF WORK ...............
1
III.
LIQUIDATED DAMAGES ........................................... ...............................
2
IV.
CLASSIFICATION OF CONTRACTOR'S LICENSES ...............................
2
V.
WATER ...................................................................... ...............................
2
VI.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL ...............................
3
A. Traffic Control ................................................. ...............................
3
B. "No Parking Tow - Away„ Signs ......................... ...............................
3
C. Notification to Residents ................................. ...............................
4
VII.
REPLACEMENT OF SERIES CIRCUITS ................... ...............................
4
VIII.
CONCRETE STREET LIGHT STANDARDS .............. ...............................
4
IX.
LUMINAIRES ............................................................. ...............................
4
X.
FUSEHOLDERS ........................................................ ...............................
4
XI.
CONDUIT AND CONDUCTORS ................................ ...............................
5
A. Conductors ...................................................... ...............................
5
B. Jacking of PVC Conduits ................................. ...............................
5
C. Trenching of PVC Conduits .............................. ...............................
5
XII.
PROTECTION AND REPLACEMENT OF IMPROVEMENTS ...................
5
XIII.
SALVAGE .................................................................. ...............................
6
XIV.
CONSTRUCTION DETAILS ....................................... ...............................
6
A. Removals ...................................................... ...............................
6
B. PCC Replacement ........................................... ...............................
7
XV.
SOLID WASTE DIVERSION ...................................... ...............................
8
XVI.
AS -BUILT PRINTS ..................................................... ...............................
8
XVII.
GUARANTEE ............................................................. ...............................
9
XVIII.
PAYMENT .................................................................. ...............................
9
N
V
0 0
SP -1 of 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
IRVINE TERRACE STREET LIGHT REPLACEMENT
CONTRACT NO. 3298
I. SCOPE OF WORK
The work to be done under this contract consists of replacing existing series
street lighting systems with multiple systems, and installing new street light
standards complete per Plans.
All work necessary for the completion of this contract shall be done in accord with
(1) these Special Provisions; (2) the Plans (Drawing No. 3258); (3) the City's
Standard Special Provisions and Standard Drawings for Public Works
Construction, (1994 edition), including Supplements; (4) Standard Specifications
for Public Works Construction (1997 edition), including supplements. Copies of
the Standard Special Provisions and Standard Drawings may be purchased at
the Public Works Department. Copies of the Standard Specifications may be
purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California, 90034, telephone (310) 202 -7775.
II. COMPLETION. SCHEDULE, AND PROSECUTION OF WORK
No work shall begin until a schedule of work and a traffic control plan have been
approved by the Engineer. the Contractor shall submit a construction schedule
to the Engineer for approval a minimum of five (5) working days prior to
commencing any work. The following requirements shall be incorporated into the
schedule:
A. The Contractor shall complete all work on this contract within ninety (90)
consecutive working days after the award of the contract. No work shall
begin until a schedule of work has been approved by the City's designated
representative, hereinafter referred to as the "Engineer." The schedule
shall include the various phases of construction indicating the amount of
work underway at any one time. See Section VII, Replacement of Series
Circuits.
B. The Contractor shall provide continuous traffic access for all streets at all
times. Pedestrian walkways shall be maintained at all times. Detour
routes shall be provided where construction activities necessitate walkway
closures.
SP -2 of 9
C. Normal working hours are limited to 7:00 a.m. to 4:30 p.m. Monday
through Thursday and 7:00 a.m. to 3:30 on Fridays.
Should the Contractor elect to work later than 4:30 p.m. (3:30 p.m.
Fridays) (up to 6:30 p.m.) weekdays or between 8:00 a.m. and 6:00 p.m.
Saturday, he must first obtain special permission from the Engineer. A
request for working during any of these hours must be made at least
72 hours in advance of the desired time period. A separate request must
be made for each work shift. The Engineer reserves the right to deny any
or all such requests. Additionally, the Contractor shall pay for inspection
costs of $50.00 per hour when such time periods are approved.
D. The Contractor shall provide covers and shall cover, maintain, and
uncover the City NO PARKING STREET SWEEPING signs to allow
residential parkVng along streets adjacent to streets under construction
during street sweeping days, as directed by the Engineer.
mmmmpppllf�• 1•
Failure of the Contractor to complete the work within the time specified will result
in significant damages being sustained by the City. All work specified under this
contract shall be completed within the time specified for completion or the
Contractor shall pay the City as liquidated damages, the sum of five hundred
dollars ($500) per working day for each and every working day's delay in
completing the work in excess of the specified time, plus any authorized time
extension.
IV. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of bid and until completion of work, the Contractor shall possess a
General Engineering Contractor Class A license or Specialty Electrical (general)
Contractor Class C -10 license.
At the start of work and until completion, the Contractor shall possess a business
license issued by the City of Newport Beach.
V. WATER
If the Contractor elects to use City's water, the Contractor shall arrange for a
meter and tender a seven hundred fifty dollars ($750) meter deposit with the City.
Upon return of the meter in good condition to the City, the deposit will be
returned to Contractor, less a quantity charge for water usage.
SP -3 of 9
VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
A. Traffic Control.
During construction, traffic control and safety shall be observed at all
times. 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 (WATCH) published by Building News, Inc.
The Contractor is advised to contact and obtain permission from the
adjacent property owner(s) to use private parking for his equipment and
vehicles. Any costs in obtaining this permission and performing traffic
control shall be considered as part of the unit bid prices of the various
work items listed.
B. "No Parking. Tow - Away" Signs
Where construction necessitates temporary prohibition of parking, the
Contractor shall furnish, 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 (48) hours in advance of the
need for enforcement. In addition, it shall be the Contractor's
responsibility to notify the City's Police Department, Traffic Division, at
(949) 644 -3740, for verification of posting at least forty -eight (48) hours in
advance of the need of enforcement.
The signs shall (1) be made of white card stock; (2) have minimum
dimensions of 12 inches (12 ") wide, and 18 inches (18 ") high; and (3) be
similar in design and color to Sign No. R -38 of the CALTRANS Uniform
Sign Chart.
The Contractor shall print the hours, days, and date of closure in 2 -inch
(2 ") high letters and numbers. A sample of the completed sign shall be
approved by the Engineer prior to posting. 5The Contractor shall only
post streets with the time and dates that disrupt parking and access.
Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of
God, strikes, or other alterations of the schedule will require that the
Contractor re -post the "NO PARKING, TOW- AWAY" signs.
Payment for installing temporary signs shall be considered as part of the
unit bid prices of the various items of work listed.
SP-4 of 9
C. Notification to Residents
Forty -eight hours before closing a section of street, the Contractor shall
distribute to each affected address a written notice stating when
construction operations will start and approximately when vehicular
accessibility will be restored. The written notices will be prepared by the
Engineer. The Contractor shall insert the applicable dates and times at
the time he distributes the notices. Errors in distribution of notices, false
starts, acts of God, strikes or other alterations of the schedule will require
that the Contractor redistribute notices to residents.
VII. REPLACEMENT OF SERIES CIRCUITS
Existing series circuits are to be replaced with 240 volt multiple systems.
Existing series circuit maps will be made available to the Contractor performing
the work. Existing street light standards are to be replaced, except as noted or
shown on the plans, with concrete standards on new foundations. A new pull box
is to be constructed within 5 feet of the street light standard base complete with a
double fuseholder. New conduit shall be installed from pull boxes to the pole
standard.
The replacement of the existing systems shall be accomplished in phases so that
the number of lights out of service at any one time will be minimized. In no event
shall any portion of a system be out of service for more than seven (7)
consecutive days. The Contractor shall submit a construction plan showing the
phases of the replacements, and the estimated number and length of outages.
The plan shall be approved by the Engineer prior to the Contractor starting work.
VIII. CONCRETE STREET LIGHT STANDARDS
Concrete street light standards shall be the style shown on the construction plans
and shall be installed per Detail "A" on sheet 11 of the construction plans.
�UIWTI ; /_1UM
Luminaires shall be furnished with 240 -volt lamps of the wattage shown on the
construction plans.
Orientation of luminaires shall be as directed by the Engineer.
X. FUSEHOLDERS
Double fuseholders shall be installed in the pull box. The fuseholders shall be
furnished with fuses appropriate to the connected lamp wattage. The
. i 1
SP -5 of 9
fuseholders shall be Tron #HEX -AA or equal installed per City Standard Plan
STD. -205 -L and approved by the Engineer. All splicing of wiring shall be C -TAP
method, as per Thomas & Betts, installed with manufacturer's approved tools.
XI. CONDUIT AND CONDUCTORS
Conduit shall be installed in the locations shown on the plans by boring methods.
Unless otherwise shown, the conduit shall be installed behind the curb in
accordance with City Standard Plan STD.- 101 -L. All underground conduit shall
be 1 -1/4 inch diameter Schedule 40 PVC (except as indicated on the plans).
Care shall be taken to avoid damage to the conduit during installation.
A. Conductors
Insulated conductors shall be stranded copper conforming the AWG wire
size shown on the drawings. The insulation of each conductor shall be a
different solid color. The conductor color codes shall be as indicated on
the construction plans without duplication in any conduit run concurrent
with additional circuits. Existing color codes shall be matched. White and
grey colors are not allowed. The bare ground wire shall be solid copper,
No. 8 AWG.
B. Jacking of PVC Conduit
PVC conduit shall not be used for drilling or jacking unless a hole larger
than the conduit is pre - drilled and the conduit is installed by hand.
C. Trenching of PVC Conduit
Trenching of conduit shall not be permitted.
XII. PROTECTION AND REPLACEMENT OF IMPROVEMENTS
The Contractor shall protect all existing improvements, including landscaping. If
any existing improvements are damaged, or it is necessary to remove them to
allow for the installation of the new facilities, they shall be replaced in kind.
Existing landscaping may be trimmed or pruned to allow access to existing pole
foundations. Trimming or pruning shall be done carefully so as to minimize
damage to the remainder of the plant, shrub, or tree.
When sidewalk is removed it shall be sawcut and replaced to score lines or
joints. The finish and color of the replaced sidewalk shall match the existing.
•ray
SP -6 of 9
The Contractor shall relocate, repair, replace, or reestablish all existing
improvements within the project limits which are not designated for removal (e.g.,
curbs, sidewalk, driveway, fences, wall, sprinkler systems, signs, utility
installation, pavements, structures, etc) which are damaged or removed as result
of his operations or as required by the Plans and Specifications.
All costs to the Contractor for protecting, removing, restoring, relocating,
repairing, replacing, or reestablishing existing improvements shall be included in
the bid.
Any existing street light foundations to be reused shall not be damaged during
removal of existing poles. Damaged foundations shall be completely removed
and reconstructed per the details on the plans.
XIII. SALVAGE
The following material shall be salvaged:
1. Street light series luminaires and sockets.
Items deemed unsuitable for salvage by the Contractor shall be reported to the
Engineer prior to removal.
The Contractor shall deliver all salvaged material to the City's Utilities Yard at
949 West 16th Street. The Contractor shall be responsible for protecting all
salvaged material against damage until it is delivered at the City yard. The
Contractor shall provide at least 24 hours advance notice of intent to deliver
salvaged materials.
XIV. CONSTRUCTION DETAILS
1. Existing PCC and AC improvements shall be sawcut a minimum of
2- inches deep prior to removal. Final removal at the sawcut lines
using equipment such as hard -blow pavement breakers and/or
stompers shall not be allowed. Should the Contractor damage the
sawcut edge during or after removal, the damaged edge shall be
removed by additional sawcutting and replaced at the Contractors
sole expense.
Pavement and unsalvageable materials that are removed shall
become the property of the Contractor and shall be disposed of at
the Contractors expense in a manner and at a location acceptable
SP -7 of 9
to cognizant agencies. All costs for providing removal and disposal
shall be included in the unit price bid for that item of work.
2. Adjacent Improvements. The Contractor shall be responsible for
the protection of public and private improvements adjacent to the
work. Any salvageable bricks removed shall be neatly stacked on
the owners property.
Additionally, the Contractor shall use appropriate construction
methods and equipment to assure the protection of existing
landscape, driveways, and parkway treatments immediately
adjacent to the existing curb. If, during construction, damage
occurs to said landscape, driveways, or parkways, the Contractor
shall be responsible for restoring same to its condition prior to
construction. The Contractor may anticipate a certain amount of
interfering parkway sprinkler pipe breakage associated with
sidewalk and curb and gutter replacement. In anticipation of
sprinkler breakage, the Contractor shall notify the respective
property owner, in advance, a minimum of 2- working days prior to
excavation to locate the sprinklers on /off valve and to make
arrangement for testing /approving the repairs. Such breakage shall
be repaired, restored, and backfill to 90 percent compaction by the
Contractor, 72 hours after breakage as an incidental item of work.
3. Parkway paving where indicated is to be removed without
replacement, except that the Contractor shall fill and level the
removal areas with imported or excess graded clean soil. Any
salvageable bricks removed shall be neatly stacked on the owner =s
property.
4. The Contractor shall remove all unstable subgrade. The locations
and depth of unstable subgrade removal may vary; hence, the
areas and depth shall be determined during construction by the
Engineer.
The Contractor shall grade, form, and finish all PCC replacements to
match the appearance of the adjoining PCC improvements. In addition,
the Contractor shall remove and dispose of all AC /PCC patches and
ramps upon sidewalk panels adjoining those sidewalk panels which are to
be reconstructed.
1. Sidewalk and curb access ramps shall be opened to pedestrian use
on the day following concrete placement. In addition, all forms shall
SP -8 of 9
be removed, sprinklers shall be repaired, and backfill or patchback
shall be placed within 72 hours following concrete placement.
2. PCC replacements subject to vehicle loads (e.g., cross gutters and
curb and gutter along driveways) shall not be opened to vehicle
loads until the concrete has cured to minimum strength of 2,000
psi.
3. The Contractor shall install root barrier adjacent to reconstructed
root damaged PCC sidewalk. The root barrier shall be Root
Booster, Shawton Industries (or approved equal) SM 12 by 20
panels to be installed adjacent to the curb and gutter and sidewalk
replacement, respectively. A minimum of 6 lineal feet of root barrier
shall be installed adjacent to each tree damaged curb and gutter
replacement. Root barriers shall be installed per manufacturer =s
recommendations. Payment for installing root barriers shall be
included in other items of work.
XV. SOLID WASTE DIVERSION
The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul
permit from the City's Business Office, or 2) subcontract with a private solid
waste hauler already permitted to operate within the City.
Unless specified elsewhere in the bid documents, all non- reinforced concrete
asphalt wastes generated from the jobsite shall be disposed at a facility which
crushes such materials for reuse.
Excess soil and other recyclable solid wastes shall not be disposed at a sanitary
landfill.
The Contractor shall maintain monthly tonnage records of solid wastes generated
and solid wastes disposed at a sanitary landfill. The Contractor shall report said
tonnages monthly to the Engineer on a form provided by the Engineer.
XVI. AS -BUILT PRINTS
The Contractor is required to submit to the Engineer "As- Built" prints prior to the
City accepting the installation. The prints shall indicate, in red, all deviations from
the contract plans, such as: location of poles, pull boxes and runs, depths of
conduit, number of conductors, and other appurtenant work.
SP -9 of 9
XVII. GUARANTEE
The Contractor shall guarantee the entire work constructed by him under this
contract and will fully meet all requirements as to quality of workmanship and
materials furnished by him. The Contractor shall make, at his own expense, any
repairs or replacements made necessary by defects in workmanship or materials
furnished by him that become evident within one (1) year after filing of the Notice
of Completion of the work and to restore to full compliance with the requirements
of these Specifications, any part of the work which, during the one (1) year
period, is found to be deficient with respect to any provisions of the Plans and
Specifications. The Contractor shall make all repairs and replacements promptly
upon receipt of written orders from the Engineer. If the Contractor fails to make
the repairs and replacements promptly, the City may do the work and the
Contractor and his surety shall be liable to the City for the cost.
XVIII. PAYMENT
The unit or lump -sum price bid for each item of work shown on the proposal shall
be considered as full compensation for labor, equipment, materials, and all other
things necessary to complete the work in place, and no additional allowance will
be made therefor. The bid items are shown on the proposal.
Payment for relocation of existing signs per Plan shall be included in the lump -
sum price bid, and no additional allowance will be made therefor.
Payment for concrete work for street lighting installations shall be included in the
various bid items shown for street lighting and shall be considered as full
compensation for labor, equipment, materials, and all other things necessary to
complete the work in place, and no additional allowance will be made therefor.
All materials deemed equal shall be submitted to the City at the pre - construction
meeting for approval.
FAUsers \PBIMShared \Contracts \FY 99-00 \Irvine Terrace Street Lights C -3298 \SPECS C- 3298.doc
TO:
FROM:
SUBJECT:
c. _ — .•.gin j
Z June 27,2000
j
JJN27.
CITY COUNCIL AGENDA
APPR..MD _..__,. ITEM NO. 19
Mayor and Members of the City Council
Public Works Department
IRVINE TERRACE STREETLIGHT REPLACEMENT - AWARD OF CONTRACT
NO. 3298
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Reject the bid of Inspection Engineering Construction as non- responsive and find that
this apparent low bidder is not the "lowest responsible bidder ".
3. Find the second low bidder is the "lowest responsible bidder" and award Contract No.
3298 to F.J. Johnson, Inc., of Anaheim, for the Total Bid Price of $272,466.30.
4. Authorize the Mayor and the City Clerk to execute the contract.
5. Establish an amount of $22,440.00 to cover the cost of unforeseen work.
DISCUSSION:
At 2:15 PM on June 13, 2000, the City Clerk opened and read the following bids for this
project:
BIDDER
Low Inspection Engineering Construction
2 F.J. Johnson, Inc.
3 ProTech Engineering Corporation
4 Building Energy Consultants
5 DBX, Inc.
6 Steiny and Company , Inc.
7 C.T. & F., Inc.
8 VT Electric, Inc.
9 Dynaelectric
10 L.A. Signal
TOTAL BID AMOUNT
$271,719.17 *
$272,466.30 *
$275,229.95 *
$300,759.00
$321,609.00
$324,798.00
$344,740.12
$445,653.15
$450,077.00 *
$469,672.00 *
*Corrected Bid Amount
0 0
Subject: Irvine Terrace Street Light Replacement —Award of Contract No. 3298
June 27, 2000
Page: 2
PROJECT DESCRIPTION:
The streetlights in Irvine Terrace are slated for replacement under the City's fifteen -year
program to convert the obsolete 5000 -volt series street light circuits and replace the aging
facilities. The project calls for the replacement or refurbishment of ninety -two incandescent
lights and approximately 14,000 feet of obsolete electrical conduit and wiring. As mentioned
previously, the conduit is to be installed by boring and no open cut excavation is required.
Most of the project work is on the eastside of the Irvine Terrace community and replaces the
entire street light system. The contract documents stipulate the existing series street light
system is to remain in service throughout the installation of the new system and that no more
than a seven -day shut down for any one light will be allowed. The contractor is required to
submit a schedule to show how phasing and cutover from the old system to the new system
will be accomplished. Work also extends on Bayside Drive below Irvine Terrace, see attached
Project Location Map.
THE LOW BIDDER:
Inspection Engineering Construction (IEC), of Costa Mesa, is a general contractor and has
completed projects for Caltrans, San Fernando, and Hermosa. They currently have work in
progress with the cities of Walnut, Tustin, and Seal Beach.
Reference checks on IEC's most recent projects revealed a number of negative comments:
• Inability to perform work in an efficient manner
• Quality of work was below average
• Scope of work tasks were not similar in character to the work involved in this project
They have not done work for the City of Newport Beach or completed any work for other
agencies in the area, nor have they performed the specific type of construction required by
this contract. Contacts made to cities where work is in progress yielded mostly negative
responses.
A summary of the reference check statements included:
• Poor quality of work
• Non - responsiveness to site inspectors
• Repairs needed after completion of work or during the course of the work
• Extensive time overruns
• Inability to deliver required materials or gain credit from suppliers to purchase the material
• Need for greater supervision
• Poor site management
• Unsafe traffic control
• Limited staff
A check of IEC's contractor's license status with the State License Board revealed IEC was
issued a valid General Engineer Contractor's Class "A" License in August 1999. However, at
the time of issuance the board reported the company had no employees. When Staff
9 0
Subject: Irvine Terrace Street Light Replacement — Award of Contract No. 3298
June 27, 2000
Page: 3
contacted IEC they indicated they currently have seven employees. Approximately 14,000
feet of "bored" conduit is required for this project, which represents more than two- thirds of
the contract. To minimize impacts to the community and avoid disruption to the frontages
within Irvine Terrace, no open cut excavations will be allowed.
Staff notified IEC of their non - responsiveness to the provisions of the City bid documents,
page 5, Technical Ability and Experience References. Instructions to bidders for this page
read: "The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed." IEC provided
references relating solely to traffic signal installations or modifications. IEC indicated they
have not done specific street light projects similar to the project proposed. Though both
Traffic Signal and Street Light Replacement projects deal with electrical components, the
series street light replacement project deals with a 5000 volt existing circuit which needs to
be maintained during construction.
Traffic Signals are operated with 120 and 240 -volt systems and include streetlights integral to
the signal poles with some safety lighting in advance of the intersection. Traffic signal
projects are confined to a relatively small work area without a significant amount of conduit
installation and when conduit is installed it usually is along an arterial and not through a
residential neighborhood. The conversion of a traffic signal is a different process compared
to maintaining an existing 5000 -volt series streetlight system throughout an entire residential
tract. In an effort to save City funds, many of the existing streetlights are to be reused by
rewiring the light from a 5000 -volt circuit to the new multiple 240 -volt circuit. In order to do
this without risking public safety or causing an interruption in service of the fifty -year old
series system lights for the duration of the project, the contract bid documents require the
contractor to provide information to show experience in projects of similar character (series
streetlight conversion projects). The projects listed by the contractor in his bid document
were not similar in character to a series streetlight conversion project and no subsequent
references for projects of similar character have been provided as of June 21, 2000.
IEC was told of the City's concern regarding having enough manpower and experience to
complete the project and the marginal performance by IEC noted by other agencies. IEC
believes they are capable of performing the work. IEC also denies having any problems
dealing with the public agencies they listed. Staff met with the owner and foremen of IEC to
discuss the matter further and to allow IEC to provide additional references to show related
streetlight experience. It was evident during this meeting that IEC had not completed a series
streetlight conversion project of the scope and size of the Irvine Terrace project. They
appeared to be inexperienced with the approach necessary to complete the work. IEC
provided two additional references and clarification on two other previously submitted
references. Staff was only able to contract three of the four new references, which gave
more favorable responses. However, each reference was still for traffic signal projects or
inspection services and not series street light replacement and conversion. Staff met with
the City Attorney's office to discuss IEC's marginal references and lack of specific project
experience. The City Attorney advised that if the City Council finds IEC fails to provide
satisfactory references for performing work of a similar character, the bid submitted by IEC
could be rejected as non - responsive.
• r
Subject: Irvine Terrace Street Light Replacement — Award of Contract No. 3298
June 27, 2000
Page: 4
Staff, along with the Assistant City Attorney, met a second time with the owner of IEC and
their attorney to discuss the recommendations contained in this staff report. Staff reiterated
the fact that IEC has not provided references for work of a similar nature. IEC was unable to
provide any additional references at that time and promised to provide letters of
recommendations for related work. However, at the writing of this report, nothing has been
received. If additional information is received, Staff will make that available to Council either
by Friday or at the Council meeting. IEC voiced again their firm belief that they are capable
of performing the work. They further indicated that they own new state of the art directional
boring equipment that they believe will allow them to complete the project more efficiently and
with less impact to the community.
If the IEC bid were rejected as non - responsive, the lowest responsible bidder would then be
F.J. Johnson, Inc., of Anaheim. This firm has approximately twenty employees and the
ability to man five crews. They also own five boring machines and most employees can
operate the equipment. F.J. Johnson, Inc., has been in business for over fourteen years.
The two owners have over fifty years of experience between them and have been working
together since 1972. Their bid is 8 percent below the Engineer's Estimate of $294,000.00
and they possess a General Engineering Contractor Classification "A" contractor's license, as
required by the project specifications. F.J. Johnson, Inc., has satisfactorily completed
projects of similar character to the Irvine Terrace project for many public agencies, including
the City of Newport Beach. F.J. Johnson has the manpower and necessary equipment to
complete the project within the specified time.
PROJECT SCHEDULE, FUNDING AND RECOMMENDATION:
The time of completion for the project is ninety working days. Award of the contract at this
time will allow the contractor to complete the work prior to December 1, 2000. Staff believes
the second low bid contractor can complete the project satisfactorily and recommends award
of the contract to the lowest responsible bidder, F. J. Johnson, Inc., of Anaheim, California
and find that this company is the lowest responsible bidder.
There are sufficient funds available for the project in Capital Project Account No. 7014 -
05300035, Street Light Replacement Program.
Respectfully� submitte
tX
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Michael J. Sinacori, P.E.
Utilities Engineer
Attachment: Bid Summary
x rpE
u A
00 OG
aw
Oa
N
Ea
�a
ti 0O
0 p
0
H
P H
E 0
U 0
P4
O
C
7
n
EI
d
� F
N �
LIJ
S
U
u
p $ o
� Y
m i U
V z
2 n V
U
2 W 0
O F 0
Q W C
u N
0
° m
O Y
m £
m
O
u
o
°0 0
HG
U
N
m
E
m
u
0
K
W
m 41
m F
m
o
h yqu
r W £
u m F
m a z w
E 2 yV O
F U W d
0
0
ud
N
O
U
D
m
o `
U
D
D
m
m
s
U
p
a
Z
O
8H
O
N
SO
O
fV
88p
N
.p
8H
O
R
H
P
N
offo
m
[V
8O8
0
N
8O8
0
IO
8O8
0
O
8S
0
Q
O
O
U
P
P
H
d
pSp
p
(V
O,
VNj
8H
O
OO
8H
O^
pH
8H
N
c
yl
ml
Cl
v
a
N
O
S
H
H8
O
S
S
S
S
S
S
N
P
S
S
S
S
S
S
O
~
Z
D
8S
O
N
8
O^
7
N
Q
S
m
Q
8
Q
8
Q
8
p
H
N
O
N
N
ry
O
NN
a
N
O
ill
m
N
m
I�
Q
a-
Z
O
O
Q
Q
N
S
tV
v
W
4
oa
O
N
h
Q
v
m
(V
ro
Q
p
O
N
p
P
v
Q
o
N
P
N
m
P
m
N
o
N
P
N
N
m
8
Ci
m
N
P
m
N
o
Q
P
rj
of
n
N
en
8
g
g
g
g
g
g
g
g°
o
g
8
8
8
s
8
8
8
F
Z
9
9
(V
a
Cl
d
(V
o
(V
Z
O
O
P
P
S
P
P
H
H
s
O
m
m
Q
fV
N
C
P
N
O
O
0
O
N
N
pj
r
z
Z
4
n
Z
°o
oo
tm'l
H
Q
O
O
N
n
z
O
8
QQ
25
S
gg
25
N
8
g
X
S
8
N
8
w
N
8
Q
u'S
Cl
8
'fin'
P
S
N
8
5�
25
M
8
m
8
QQ
s
NQ
fV
8
r'
8
°
8
°a
c'1
8
o
8
o
O
° 0
S
Q
°
Q oQ
�f
O
8
55��
�S
16
LQ
NO
Q
N
o
g
g
(V
f7
N
N
O
N
O
O
OV
t7
p
8
0 O
.00
n
n
W
W
`3
w
w
w
w
a
}
!3
w
w
w
w
w
w
w
w
w
w
F
D
V
°
Q
D
n°
m
°
c
O
'
D
O
J
D
o
D
a
0
a
0
j
O
Z
O
2
O:
U
w
O
3
0
O
p`
>
D
c
U
D
c
O
0
O
O
D
N
N
0
>
D
c
U
D
c
0
D
O
"O
O
m
y
`�
0
n
D
O
O
in
N
v>
0
o.
0
a
m
C
°
0
L
J
d
0
o
C
m
]
D
=
o
'"
U
c
mu
p
0
U
p
D
O
U
mu
u
c
0
p
n
m
n
7
0
tt
D
c
`m
3
c
j
o
U;
L
c
c
u
O
G
o
c
°u
p
c
D
p
E
m
_
a
m
m
c
n
o
n
N
—
u
m
W
F
N
CJ
N
m
I�
m
OI
O
N
CI
O
VI
m
!�
m
OI
O
N
ud
N
O
U
D
m
o `
U
D
D
m
m
s
U
p
a
x�
00
zw
0
M
zo
O
} H
Ha
H fq
U d
a
0
G
h
E
4
_m F
N �
O
U
m
u
r
O 8 �
c U
� = U
U
0 w
O F O
u
a � c
V N
O
m
Q Y
m £
m
c
E
m
u
0
C
m
m
U
0
m
m
M
F
O
U
O �
O N
S O
N N u
M N
GF
T.
m as
2 m Q
u m u
� z w
M 'J
U G
E
0
N
N
O
O
a
Z
Q
a
p
p
p
p
p
p
p
p
Q
a
O
Z
O
<
¢
Q
N
m
O
(V
P
m
Q
t7
O
N
p
17
O
p
N
N
V)
m
W
N
O
O
N
Q
�'p1
N
O
[q
b
N N
O
N
m m
P
N
CI
N
d
N
RO
8
N
O
m
t0
N
N
lV
P
M
p
m
Q
w
U
S
pp
S
pp
p
S
S
pp
p
Z
O
S
P
8
V
N
O
N
P
N
S
N
-
O
S
N
Z
8
8
8
8
8
S$
8
8
°o.
°o.
8.
0
8
8$
8
8
8
h
°v
8
S
°o
8
M
QQ
8
°o
°0
8
8
$$
Z
53
Q
h
m
Q
N
m
N
N
N
Cl
t7
V
P
N
O
O
N
N
O
Za
to
X
p
O
p
O
p
S
8
8p
S
O
O
S
O
S
O
O
S
O
S
S
O
ppO
m
ON
p
p
o
o
O
N
O
O
O
Z
N
F
8
8
8
S
8
0
Q
Z
w
<
a
P
O
M
�
U
p
p
O8
p
O
O
OpN
8
Sp
O
O p
O p
8
N
S
8
0
0
0 p
O p
O
O p
O
p
8
O
D
d
Q
W
W
W
W
W
W
W
W
J
a
W
a
W
W
W
W
}
H
H
a
OO
O
p
Q
7
n°
n
m
o
n
0
u
n
n
0
'
0
E
o
0
z
O
r
Q
p
y
U
c
0
D
u
n
nn0
G
H
u
0
n
C
u
o.
O
ti
u
n
D
N
h
u
n
D
d
o
o
c
w
a
o
m
2
Z.
a
v
_
o
D\"
]
m
C}'+
o
g
m
b
u
C
m
>
E
o.
DC
n
3
c
o
o'
2
C
3
_
3
t
m
c
u
0
0
D
D
E
0
O
m
a
N
U
M
0
n
a
d
u
LLO
f`J
�
Q
N
N
N
O
O
a
x�Z
14 E4
W E
00
Pi W
0 Q
14
z
0
kl
O
H
Fa
u �
a
0
0
C
h
NI W
'O E
— q
2
U
m
O o
Y
� i U
U �
2 = U
U
H
O
H Q p
4 Q G
O W
a a
O Y
m £
r
m
Isll
F tWil
W 4
°z W
E z
4U w F
0. 2 w
o ow
o z rc
u w a
0
•
D
b
N
d
O
J
D
D
N
U
d
O
J
D
a
TT
g
g
g
g
g
g
S
S
g
g
g
g
g
p gp
8
8
8$
8
8
0
0
8
o
S
8
0
0
0
8
H°
8
S
H
8
8
8
8
8
H
O
H
n
e
n
H
S
O
N
P
N
O
O
O
O
h
h
2
P
M
0
M
P
O
O
—
N
1
,
N
N
H
O$
H
H
S
S
S
H$
S
H
8
O
H
S
S
Z
0
0
0
0S
OH
Q
O
O
OQ
O
S
0
O
p
N
0
r
N
ai
M
M
N
m
h
Q
c0
N
P
M
ri
r
w
�
m
<
�
Z
y
S
S
H
S
S
S
8
S
S
O
o
h
o
0
n
0
o
0
0
O
0
00
H
O
O
H
°
Z
8
O
8
O
m
I
8
s
o
N
`°
8
8�
8
—
F
8
8
8
8
8
8
8
8
8
8
8
8
=2
8
8
8
8
8
8
8
z
8
Q°
S
Q°
m
°
a
�
°
o
g
Z
V
O
Q
h
Q
c6
•O
N
Q
N
N
(V
N
V
R
•O
N
N
OO
h
N
(D
Q
Q
c
w
U
8
S
8
0
8
8
op
0
$
°°
S
C?
$
8
8
8
i
Z
O
O
�
S
P
p
•O
N
P
NO
—
t7
p
N
N
O$
N
N
0
O
•OO
M
0
N
N
m
m
a
w
w
w
w
w
w
w
w
w
w
w
w
w
w
�
p
O
O
Q
O
t0
�
•O
�
P
N
J
n
no
N
p
c
E
0
J
D
c
D
D
c
6
O
Q
O
J
d
U
O
O
Z
O
d
U
W
p
D
c
U
Dc
m
E
J
0
C
D
O
D
H
t
N
0
C
'p
c
U
D
m
E
0
C
D
O
D
h
t
v
O
C
D
O
'O
h
c
.
O
U
p_
N
D
_p
L
p
c
R
N
l
C
l
p
u
D
(j
C
U
D
U
D
N
o
R
J
Dc
U
D,
`I
O
5
D
O
n
a
N
a
j
Q
u
c
O
N c
o
3
JJ
O
2
C
0
p
3
z
m
m
C
O
u
Q m
D
D
O-
m
a
N
o
U
D
p'
—
a = c
m
—
LR
[O
OI
O
N
[7
Q
b
n
fq
q
N
D
b
N
d
O
J
D
D
N
U
d
O
J
D
a
N qw
w e 0 250 500 750 Feet
S (1 inch = 750 feet)
Irvine Terrace Street Light
Replacement Modifications
Contract 3298
• Proposed New or Modified Street Light
t
r
u
June 27, 2000
CITY COUNCIL AGENDA
SUPPLEMENTAL ITEM NO. 19
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: IRVINE TERRACE STREETLIGHT REPLACEMENT - AWARD OF
CONTRACT NO. 3298 — SUPPLEMENTAL MATERIAL
Attached is a summary memorandum regarding the review of references for Inspection
Engineering Construction. Also attached, is a summary of conversations with the Public
Works Directors from the cities of Seal Beach and Tustin.
The Contractor has submitted a written notice of protest to the City if the Council
proceeds with Staffs recommendation to reject his bid as "non- responsive." He has
requested to be heard at the City Council meeting.
• At the Staffs meeting with IEC on June 20, 2000, the contractor was requested to
provide additional references for work done that was similar in character to the Irvine
Terrace Street Light Conversion project. No additional information has been received.
It is still recommended that the ICE bid be rejected as non - responsive.
Resp
r y su d,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Mich I J. Sinaco ' E.
Utilities Enginee
Attachments: Memorandum from Mike Sinacori to Don Webb Dated June 22, 2000, Reference Review
Don Webb's Summary of Conversations with Seal Beach and Tustin
Letter from IEC advising of protest and request to address City Council
•
FROM : IEC •
•
FAX NO. : 7144347719 • Jun. 21 2000 09:49AM P1
6/22/00
Mr. Don Webb
Director of Public Work
City of Newport
3300 New port Blvd
P.O.BOX 1768
Newport Beach, Ca 92658
Ref: Irvine'fcrrace Street Light Replacement
Dear Don:
Inspection Engineering Construction (I.E.C) are able to construct the a above mentioned
• project to your city standard and in the time that allowed, and the reason because our
company have the machine and labor experience that can finish the project in the fastest
way possible with the minimal impact to the community and residence as possible, as
will as we perform this kind and similar work in different projects.
If your city doesn't think IEC can perform this project, IEC on Jun 270' at 6:00 P.M will
Protest your decision in front the city council and will like to have the opportunity to
speak to the city council.
If you have any question please contact me at 714 - 814 -9596.
Inspection Engineering Construction
' Jamul Deaifi
• Owner
2775 Mesa Verde Drive East. Suit M 103, Costa Mesa, Ca 92626 (714 )-285 -6965. Fax (714)434 -7719
License ti 767793
9
• MEMORANDUM
DATE: June 22, 2000
To: Don Webb
Director of Public Works
FROM: Mike Sinacori
Utilities Engineer & Project Manager
0
SUBJECT: Irvine Terrace Street Light Replacement Project
Contract C -3298 — IEC Reference Review Summary
Bids were opened on the subject project at 2:15 p.m., June 13, 2000. This
memorandum summarizes the reference review of the apparent low bid Contractor in
roughly the order of contact to the agency. It was determined that the low bidder,
Inspection Engineering Construction (IEC), provided references to projects that were
not similar in character to the type of work that is included in the subject project. The
references also provided comments that indicated this contractor require more than
normal supervision to satisfactorily complete the traffic signal contracts and in some
instances the contractor was not very responsive.
There were no references provided that indicated this contractor had done any work
on conversion of series circuit streetlight or any other project similar in character to
the Irvine Terrace Project.
•
honeymoon) 431
In Progress
City of Seal Beach
Jake Ngo (on (562) -2527
Traffic Signal Modifications ($119,000)
Bill Zimmerman - (562) - 594 -8589, Ext. 11
(877) 674 -2324 Cell Phone
In Progress
City of Tustin
Douglas Anderson
Traffic Signal ($90,000)
(714) 573 -3150
In Progress
City of Walnut
David Gilbertson
Traffic Signal ($154,000)
(909) 594 -9702
6/1/00
City of Hermosa
Homayoun Behboodi
Traffic Signal ($164,000)
(310) 318 -0212
9/99
City of San Fernando
Pats Orozco (maternity leave)
Inspection Services
(818898 1224
Edwin Galves, City Engineer
7/99
City of Montebello
Kwok Tom
Flashing Beacon ($21,000)
(323) 887 -1469
12/99
Caltrans (subcontractor)'
Abdallah Alfakouri
Traffic Signal ($300,000)
(562) -401 -3333, Ext. 235
8/99
Caltrans (subcontractor)
Wahib Jeraje
Traffic Signal ($150,000)
(213) 897 -6066
2/1/00
City of Baldwin Park'
Mr. Shafique Naiyer, PWD
Inspection Services
(626) -579 -5255
In Progress
City of Anaheim'
Mr. Ken Riggins
•
Traffic Signal ($130,000)
(714) 343 -1521
Additional references provided on June 19, 2000
•
•
•
0
City of Seal Beach, Bill Zimmerman
•
Page 2
Irvine Terrace Street Light Replacement Project
Contractor Review (C -3298
June 21, 2000
Jake Ngo was listed by IEC as their contact for Seal Beach. Jake is on his
honeymoon and I was referred to W. Zimmerman Engineering. Bill Zimmerman was
contracted on June 13, 2000. He is the contract engineering and construction
manager for the City. IEC is currently working on several different traffic signal
upgrades under a single contract. Short conduit runs were included without the use
of boring equipment and streetlights were not a part of the project.
Bill provided a list of problems that they had with IEC:
• Limited resources and staff
• Lack of timely response; referencing a problem with a pedestrian control
button that they had not responded to In over a week
• Poor attitude toward inspectors
• Working without notifying the inspectors
• Refusal to provide requested daily reports
• Tendency to have poor site maintenance
• Need for constant supervision
• Not adhering to accepted project schedule
• Contractor seemed confused about how to complete the work
• Contractor would disappear from project without notification
City of Tustin. Steve Sasaki
On June 13'" Steve Sasaki was contacted because Doug Anderson was not
available. I asked Steve if he had knowledge of IEC. He explained that they were
doing a traffic signal project for the City and that he had the following difficulties in
working with the Contractor:
1. The project was near a very busy MacDonald's restaurant and the contractor had
off - loaded some of the traffic poles onto the public sidewalk without permission
and without appropriate sidewalk detour plans or with enough barricades to make
them safe. Contractor refused to address the issue and a written Notice of
Correction (NOC) was issued, which is when the contractor took action.
2. Some potholing had taken place in the intersection where the signal work was
taken place. The temporary pavement patches failed and Steve had requested
IEC to correct the problem. Not until another NOC was sent to IEC were the
potholes corrected.
3. Traffic control was insufficient and contractor refused to install additional traffic
control. A third NOG was written, which again is when the contractor took action.
In addition, IEC had difficulty obtaining the controller for the traffic signal. When the
City of Tustin contacted the supplier, they informed them that they were waiting for
payment from IEC. This lead to the City agreeing to pay the control company directly
for the materials to expedite the project.
•
•
•
0
City of Tustin (cont'd), Doug Anderson
0
Page 3
Irvine Terrace Street Light Replacement Project
Contractor Review (C-3298
June 21, 2000
A subsequent conversation took place with Doug Anderson on June 21" to discuss
the project further and to review the comments of his staff. The project was a traffic
signal upgrade project where new poles and controllers were installed. Limited
conduit work had taken place and he was not aware of any boring that had been
done on the project. He informed me that the only time that a NOC is issued is when
the inspector working with a contractor requested assistance in motivating a
contractor. I requested a copy of the NOC's issued on the project along with a copy
of the credit/payment agreement with the supplier. Each of these documents needs
to be formally requested through their City Attorney's office. Doug did confirm the
statements made above by Steve Sasaki.
City of San Fernando (9/99) Edwin Galvez
IEC provided the reference name of Patsy Orozco. Patsy is on maternity leave and
we contacted her supervisor, City Engineer Edwin Galvez. Edwin indicated that he
knew of IEC as an inspection company, which is consistent with IEC's name. I
informed him that they claimed to have completed a $100,000 traffic signal
construction project within the past year for the City. He assured me that IEC had
not completed a signal project for the City. He indicated that they have performed
inspection services of $40,000 to $50,000.
[elms UMUMITT.161A
Contacted on Tuesday, June 13'". Scope of work included traffic signal modifications
at two intersections and interconnection to a third. Approximately 600 feet of conduit
boring was included in the project. Homayoun indicated that IEC was a typical "low"
bid contractor and performed okay. They were not the best contractor the City of
Hermosa Beach had worked with, but they did complete the project successfully.
City of Walnut (in progress) David Gilbertson
Contracted on Wednesday, June 14'". IEC is in the process of completing two
signals and an interconnect (1000 feet of conduit). Project did not include any street
lights and only minimal conduit work at each intersection (200 feet at each
intersection). The conduit was installed with boring equipment. David Gilbertson
Indicated the contractor, specifically Jamal Deaifi, was a sort of one -man show.
Small company with limited staff. It would take two or three phone calls for Jamal
Deaifi to respond to requests to repair broken irrigation lines or potholes. Difficult for
David to make a final judgement regarding the performance of the contractor
because the projected is not completed.
City of Montebello (7/99) Tom Kwok
City of Montebello was not contacted. The listed referenced project was for a
$21,000 flashing beacon which did not have any similarities in scope to the project
bid. It wouldn't compare to the almost $300,000 Irvine Terrace Street Light project.
w
0
City of Baldwin Park (2/00) Shafique Naiyer
0
Page 4
Irvine Terrace Street Light Replacement Project
Contractor Review (C -3298
June 21, 2000
IEC had provided the reference of Shafique Naiyer, Director of Public Works, for the
City, who was contracted on June 19'h. Shafique had worked with Jamal Deaifi many
years ago at the City of Southgate under the former owners of IEC. However, he
has not had any direct dealing with IEC at Baldwin Park. According the State
Contractor's Board, IEC's license was issued in September of 1999. 1 informed
Shafique that IEC had listed him as a reference for a $250,000 traffic signal
construction project. He didn't recall the. project but referred me to the Engineering
Manager, Arjan Indani.
Arjan called back to discuss IEC experience. According to him, IEC had only
provided him with inspection services and he had no knowledge of any traffic signal
work. I informed Arjan that IEC had listed a $250,000 traffic signal project completed
in February 2000. He said there was no such project completed by IEC and that
they had only provided inspection services to the City.
Caltrans (12/99) Abdallah Alfakouri
Reference phone number provided in bid was not correct phone number. New
reference number provided in meeting with IEC on Monday, June 19 ". Abdallah was
contacted on Tuesday, June 20th. Initial statements from Abdallah were favorable
• and stated that they had completed a streetlight and traffic signal project. He
volunteered this before I asked him any questions.
Abdallah was asked what type of project did IEC perform for you and when? Traffic
Signal modifications that were part of an overall bigger bridge construction.
Was there a subcontractor? Yes. Did they do streetlights? Yes, approximately nine
lights. Was there any boring of conduit? No.
I asked Abdallah to provide me any information regarding the scope and extent of
the work they performed. Because the project was last fall, he was unable to find
anything during our conversation. He indicated he would look and call me back to try
and identify more specifically what the scope of work was. Upon further inquiry
about exact amount of conduit work and exact amount of streetlights, Abdallah was
unable to clearly recall what work IEC had done. He also informed me that he was
the civil inspector. A separate group inspected the electrical portions of the project.
He was unable to provide a contact to discuss the specific electrical work performed.
He did recall that he enjoyed working with Jamal. I phoned Abdallah back on
Wednesday, June 21s` to follow up with him on contract documents he was trying to
locate to further define IEC efforts during the project. He had not located any
documents.
•• ,A
Wahib was contacted on Tuesday, June 20`h, and provided somewhat favorable
comments regarding IEC's performance.
• Scope of work was traffic signal relocation as part of a bigger road construction
project on Route 30. CC -Myers was the general contractor. IEC was subcontractor.
Page 5
Irvine Terrace Street Light Replacement Project
Contractor Review (C -3298
June 21, 2000
City of Anaheim Ken Riggins Traffic Signal Inspector
Contacted on June 22 "d. Ken has been a contract traffic construction inspector for
the City for the past 4 years. IEC has been the low bidder recently on two signal
replacement projects. The first project is virtually complete with foundations and
conduit installed. A material delay on the poles is the only reason why the first
project is not complete. IEC just began work on a second signal replacement project
that involved removal of a median and several ornamental streetlights. Conduit
boring was involved for an interconnect (1200 feet) and approximately 200 feet of
conduit was directionally bored at each intersection. The only streetlights in these
projects were the lights on the traffic poles.
Overall Ken has had a good experience with IEC. The contractor has been
responsive to any corrections that the City has requested. Traffic control and site
cleanliness has been acceptable.
y�l
Michael J. Sinacori, PE
• Utilities Engineer & Project Manager
mjs:sdi
F: \Users \PBW\Shared \Contracts \FY 99-00 \Irvine Terrace Street Lights C- 3298 \IEC Reference Check Memo.doc
•
0
• June 21, 2000
Don Webb's Phone Call to Steve Badum
City of Seal Beach, Public Works Department
Question: What is the scope of work being performed?
Response:
• $250,000± upgrade of traffic signals at approximately ten locations
• No significant boring operations
• Change out of controllers
• No streetlighting other than intersection safety lighting is part of the project
Question: What is your experience with IEC?
Response:
• Not well prepared
• Don't pay attention to safety on job site without constant reminders
• Job site management marginal
• Made operational change without coordinating City and Police Department
• Project management staff had to spend more than normal amount of time
• managing the project
Contractor disrespectful to some inspection staff members
• The assets of the firm are marginal and not apparent at the job site
• Workers show up in personal vehicles
June 21, 2000
Don Webb's Phone Call to Tim Serlet (714) 573 -3152
Public Works Director, City of Tustin
Question: What is the scope of work being performed?
Response: Traffic signal upgrade at 1st and Tustin
When I described our project as going through an extensive residential
neighborhood he indicated that was not work similar to what is being performed
in Tustin.
Other comments by Tim Serlet:
• No streetlight work as part of the contract
• Considers contractor O.K., but definitely a low bid contractor
• Considers this an easy, isolated conversion with little or no boring for conduit
• Site maintenance is done by the contractor when the City brings it to his
attention, but the contractor doesn't seem to do it on his own
\\MIS_t \SYS\Users\PBW \Shared \COUNCI L \Fy99- OOUune -2TDW ebbPhoneNotes6- 21- OO.doc
• Ic1 _ !r��. -) ICI
Cr IJ «0 cc (n PK )
oY'i 0 %0 0
PUBLIC WORKS DEPARTMENT
MEMORANDUM
June 26, 2000
To: City Council
From: Public Works Director
Subject: Irvine Terrace Street Light Replacement Project, Contract No. 3298, Agenda
Item No. 19
The Public Works Department has recommended that the Irvine Terrace Street Light
Replacement Project bid of Inspection Engineering Construction (IEC) be rejected as
non - responsive.
The Bid Documents require that Technical Ability and Experience References be
submitted with the Bid Proposal. The instructions on the City's reference form state:
"The undersigned submits herewith a statement of the work of similar character
(emphasis added) to that proposed herein which he /she has performed and
successfully completed."
IEC submitted eight references with their bid package. Seven were for traffic signal
projects and one was for a flashing beacon. Three were for work in progress. The
Supplemental Memo in the Friday distribution to the City Council summarizes the
results of the staffs check on these references as well as two additional references
submitted by the contractor in further support of his experience. The staff has met
twice with IEC in an effort to get more information about projects that they may have
completed that are similar in character to the Irvine Terrace street light conversion
project. In one of those meetings the City's Electrician discussed with the IEC
foreman some of the unique characteristics of the old series circuit 5000 volt street
light system being converted. It was clear that the foreman had very limited
experience with series circuit systems. To date IEC has not provided the City with
any references for work they have completed similar in character to the Irvine
Terrace street light conversion project.
The references provided are for traffic signal projects. While some elements of a
traffic signal installation may be more complex than a street light conversion project,
the work is done in and around street intersections mainly on arterial highways. The
City's project is primarily in a residential area. Close to three miles of conduit have to
be installed in the parkway in front of homes. The existing 92 pole, 5000 volt series
circuit street light system is also required to be kept in service during the contract.
Because of the wide area of work, the contractor will need to be well coordinated and
very sensitive to the needs of adjoining homes. Site management and response to
complaints will be very important.
• 0
The references provided were not, in staffs opinion, for "work of similar character"
to the Irvine Terrace street light conversion project. None of the projects were in a
primarily residential area. The conduit boring operations were minor in comparison to
the close to three miles of conduit to be installed for the City's project. There were no
projects listed that converted a 5000 volt series circuit system to a 240 volt multiple
system while keeping the series circuit street lights in operation. None of the
references submitted confirmed that IEC has performed work of similar character to
the Irvine Terrace street light conversion project or that IEC has the capability to
manage a project spread out over a significant area. Based on a check of the
references submitted, none of the projects listed were for "work of similar
character" to the Irvine Terrace street light conversion project. In two meetings with
IEC after the bid opening, the contractor was not able to provide additional
information to show that he had completed projects that were similar in character.
Because of the inability of IEC to provide the references for "work of similar
character" required to be submitted with the Bid Documents, it is recommended that
the City Council find that the IEC bid is non - responsive and reject the bid.
Staff is not suggesting that the City Council determine that IEC is not a "responsible
bidder ", only that the IEC's bid was non - responsive for failure to provide evidence
that they had performed "work of similar character" to the Irvine Terrace street light
conversion project.
If the City Council supports the staff recommendation to reject the IEC bid as non-
responsive the following finding should be made referencing the listed support data:
The City Council finds that the bid submitted by Inspection Engineering
Construction is non - responsive to the City's Notice Inviting Bids for Irvine
Terrace Street Light Replacement Contract No. 3298 because of the following
reasons:
1. The references provided were not for "work of similar
character" to the Irvine Terrace street light conversion project.
2. None of the projects listed were in a primarily residential area.
3. The conduit boring operations for the projects listed were minor
in comparison to the close to three miles of conduit to be installed
for the City's project.
4. There were no projects listed that converted a 5000 volt series
circuit system to a 240 volt multiple system while keeping the
series circuit street lights in operation.
5. None of the references submitted indicated a capability of the
contractor to manage a project spread out over a significant area.
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
Inspection Engineering Construction
2775 Mesa Verde Drive E, Suite M103
Costa Mesa, CA 92626
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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) 644 -3005
August 3, 2000
Pro Tech Engineering Corp.
3855 E. La Palma Avenue, Suite 125
Anaheim, CA 92807
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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 B0 F.ACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
Building Energy Consultants
1655 Willow Road
Arroyo Grande, CA 93420
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
DBX, Inc.
42066 Avenida Alvarado, Suite C
Temecula, CA 92590
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
Steiny and Company, Inc.
422 Jenks Circle
Corona, CA 91720
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
C. T. & F., Inc.
7228 Scout Avenue
Bell Gardens, CA 90201
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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) 644 -3005
August 3, 2000
VT Electric, Inc.
13280 Gemstone Court
Chino Hills, CA 91709
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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,
r. n
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0 •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 3, 2000
Dynaelectric
4462 Corporate Center Drive
Los Alamitos, CA 90720
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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,
J i �
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) 644 -3005
August 3, 2000
L.A. Signal
15100 E. Nelson Avenue
City of Industry, CA 91744
Gentlemen:
Thank you for your courtesy in submitting a bid for the Irvine Terrace Street Light
Replacement Project (Contract No. 3298) 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