Loading...
HomeMy WebLinkAboutC-3447 - Street Light Replacement Program – Lido Sands, Shorecliffs, Cameo Shores, and Cameo HighlandsCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 22, 2005 Pete & Sons Construction P. O. Box 7339 Riverside, CA 92513 -7339 Subject: 2002 -2003 Streetlight Replacement Program - Shore Cliffs, Cameo Shores and Cameo Highlands (C -3447) To Whom It May Concern: On June 22, 2004, 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 9, 2004. The Surety for the contract is Developers Surety and Indemnity Company, and the bond number is 835374P. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 - Fax: (949) 644 -3039 - www.city.newport- beach.ca.us PREMIUM IS FOR THE CONTRACT TER1,, „ND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CON -rRACf PRICE Executed in four originals CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 BOND NO. 835374P FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 9,740.00 being at the rate of $ 25.DD per thousand for the first $100K thousand of the Contract price. $15.00 per thousand for t e next 400K, 10.00 per thousand thereafter WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Pete & Sons Construction, Inc., hereinafter designated as the "Principal ", a contract for construction of 2002 -2003 STREETLIGHT REPLACEMENT PROJECT - LIDO SANDS, SHORECREST, CAMEO SHORES AND HIGHLANDS, Contract No. 3447 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. 3447 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Developers Surety and Indemnity 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 six hundred twenty -four thousand, eight and 00 /100 Dollars ($624,008.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond, otherwise this obligation shall become null and void. 28 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 tD 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 (1) 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 14th day of July , 2003. Pete & Sons Construction, Inc. (Principal) Developers Surety and Indemnity Company Name of Surety 17780 Fitch, Ste. 200, Irvine, CA 92614 Address of Surety 949 - 263 -3300 telephone 4�z— pne-s Authorized Signature/Title P f, Authorize ge Mark Richardson, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 CALIFORNIA ALL - PURPOSE ..CKNOWLEDGMENT State of California County of Orange On " before me Quyen Pham, Notary Public f g DAT NAME, TITLE OF OFFICER 8y persona app red Mark Richardson NAME(S) OF SIGNER(S) Q 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 he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 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.. CAPACITY CLAIMED BY SIGNER Signer's Name: • INDIVIDUAL • CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 10 ATTORNEY -IN- FACT ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE DOCUMENT NUMBER OF PAGES DOCUMENT DATE SIGNER(S) OTHER THAN NAMED ABOVE STATE OF California SS. COUNTY OF Riverside 01v 141 • 2,0 e) before Ile. Elizabeth H.M. McRae, Nc PERSONALLY APPEARED Erwin H. Mendoza, President of Pete & Sons Construction, Inc. Personally kno%� n to WC (QQ,1 i1- ,Kc,M3,ro7etxetSlm aiRr> NVi[�i g p i ') to be the Pcnol*t, whose name-}) ishAx subscribed to the within instrument and acknowledged to me that hc',/0}�cZ/}; executed the same in his�Ktk),�rkeunholized rq�acigg ,and that by his/bc7�Jdcck siunmura(.gi on the instrument the personbr), or the entity upon behell of which the persontG) acted, executed the imtruntcnt. WITNESS my hand and official .ac C Si OPTIONAL Public ELIZABETH H. M. MCRAE � V CONM R 1363682 Q .s - NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY 7 COMM. EXP. JULY 31, 20061 TAi.s rota Jun Official Alwanial Seal Though the data below is not required by law, it may prove Valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL. CORPORATE OFFICER President TITLE OF "TYPE OF DOCUMENT TITLF(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PEASON(5) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID-1232 (REV. 5101) ALL- PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725, IRVINE, CA 92623 • (949) 263 -3300 KNOW ALL MEN BY THESE PRESENTS, that excepl as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint ** *Eric Lowey, Mark Richardson, jointly or severally * ** as their true and lawful Anorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Atorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of November I, 2000: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the arrorney(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship: and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED. FURTHER, that the signahRes of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any sr¢b Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice President and altested by their respective Secretary this Su day of January. 2002. By,: \ P ..AND , O�r,P ANYpc David H. Rhodes, Executive Vice President yJ: ORgr• y'• C' PP OR p �� O F • :y '" h GO ATF T� _'W B OCT. By: 'On 1936 aO= w 1967 >, Walter A. Crowell. Secretary °•,p9��.. /OWP,; `aaD'" Ti C'9( /pOPwPa STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) On January S. 2002, before me, Antonio Alvarado, personally appeared David H. Rhodes and Walter A. Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the entity upon behalf of which the nersnne acted. executed the instrument. WITNESS my hand and off�iciallsseal. Signature/"''" CERTIFICATE •� ANTONIO ALVARAD0 p CoMM. # 1300303 ® Notary Public - California 3 " ORANGE COUNTY My Comm. Expires APRIL 10, 2005 The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Cenificate. This Certificate is executed in the City of Irvine, California, the 14 day of July 1 2003 David G. (one, Chief Operating Officer ID -1380 (01/02) DISCLOSURE RIDER Terrorism Risk Insurance Act of 2002 The Terrorism Risk Insurance Act of 2002 created a three -year program under which the Federal Government will share in the payment of covered losses caused by certain events of international terrorism. The Act requires that we notify you of certain components of the Act, and the effect, if any, the Act will have on the premium charged for this bond. Under this program, the Federal Government will cover 90% of the amount of covered losses caused by certified acts of terrorism, as defined by the Act. The coverage is available only when aggregate losses resulting from a certified act of terrorism exceed $5,000,000.00. Insurance carriers must also meet a variable deductible established by the Act. The Act also establishes a cap of $1,000,000,000.00 for which the Federal Government or an insurer can be responsible. Participation in the program is mandatory for specified lines of property and casuaity insurance, including surety insurance. The Act does not, however, create coverage in excess of the amount of the bond. nor does it provide coverage for anv losses that are otherwise excluded by the terms of the bond. or by operation of law. No additional premium has been charged for the terrorism coverage required by the .act. Deveiopers 5urcty and Indemnio Company Indemnity Company of California 1-790 Fitch 1rv"c, G 92614 ;949) :63 3300 az ,inscodico.com STATE OF California CO U ' Y OF Riverside before me. I SS. Elizabeth H.M. McRae, Notary Public P ONr1LLY APPEARED Erwin H. Mendoza, President of Pete & Sons Construction, Inc. personally known to we (t>t : yt„ e& H? t27��tetk 'x>C>ht�si`[tn��usfxoii'ux' uy y ) to he the persm4;�whosc namcx� isl,X+g subscribed io the midlln Instrument and acknowledged to me [bat by :j� tt� execn[e0 the same in hi.cl igrK� r mthorbzed capacity �q , , and dmt by hi.s1bDtixk Siena ;ure(gl On the instrument d,a percon(X). or the emity upon behalf of which the per.son(,O acted, cxccnted the instrument. hand and official seal. ELIZABETH H. M. MC,QAEK 0 COMM. # 1363682 Q ac g NOTARY PUBLIC- CALIFORNIAD Si RIVERSbE COUNTY 0 COMM. EXP, JULY 31. 2006 This urea fur 007cial Nunn ial .Seal Though the data below is not required by taw, it may prove vaivabfe to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER President NTLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL in ATTORNEY -IN -FACT TRUSTEE(S) GUAR DIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENT(TY(iE5) DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ID -1232 (REV. 5/01) ALL - PURPOSE ACKNOWLEDGEMENT • •. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC August 9, 2004 Pete & Sons Construction P.O. Box 7339 Riverside, CA 92513 -7339 Subject: 2002 -2003 Streetlight Replacement Program - Shore Cliffs, Cameo Shores and Cameo Highlands (C -3447) To Whom It May Concern: On June 22, 2004, 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 2, 2004, Reference No. 2004000605895. The Surety for the contract is Developers Surety and Indemnity Company, and the bond number is 835374P. Enclosed is the Labor & Materials Payment Bond. Sincerely, i' z � (. ` 7" J i; • LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard PGSI. Office Box 1768 - Newpor-. Beach. California 92658 -0915 Tzlep-hcne: !9491644 -5005 Fax: (94:,54 -3039 0 Premium included in Performance Bond Executed in four originals CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 BOND NO. 635374P LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Pete & Sons Construction, Inc., hereinafter designated as the "Principal," a contract for construction of 2002 -2003 STREETLIGHT REPLACEMENT PROJECT - LIDO SANDS, SHORECREST, CAMEO SHORES AND HIGHLANDS, Contract No. 3447 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3447 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Developers Surety and Indemnity Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of six hundred twenty -four thousand, eight and 001100 Dollars ($624,008.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 14th day of July , 2003. Pete & Sons Construction, Inc. (Principal) Developers Surety and Indemnity Company Name of Surety 17780 Fitch, Ste. 2 Address of Surety 949 - 263 -3300 Telephone Irvine, CA 92614 4±L- k� 7- �orized SignatureJTitle i Authoriz d Agrli ure Mark Richardson, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 STATE OF California SS, COUNTY OF Riverside 01 ' �d , before mc. Elizabeth H.M. McRae, Notary Public PERS N.ALLY APPEARED Ervin H. Mendoza, President of Pete 8 Sons Construction, Inc. personally known to me ( cH* .;rxiKxKldtc7l?ttsixxt�Fi�l�tcfi' puv 7?41 to be !hc perso)�} rvhotie name,(^}) is /,gsubscribed to Iha within instrument and acknolaledeed to me that executed the same in his/�iJr k c u uhorized capacipg�)�, and tint by Ns/bcX%txx sisnan)re(x.� on the instrument the person( -, or the entity upon behalf of which the persontE) acled, executed the instrument. w Si OPTIONAL r ELIZASEiH HL M. MCRAE 0 COWA # 1363682 (7 mow^ - NOTARY PUBLIC- CAUFORNIAJ0 RIVERSIDE COUNTY O COMM. EXP. JULY 3i, 20061 phis area f<,r Official No7a,ial Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER President ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: manlE OF FERSOM(S) OR ENTI TY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ALL- PURPOSE ACKNOWLEDGEMENT CALIFORNIA ALL- PURPOSEIRKNOWLEDGMENT • State of California County of Orange On— before before me pTE pers ally peared Queen Pham Notary Public NAME, TITLE OF OFFICER NAME(S) OF S Q personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence • .IL1 11. to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. my hand and of�cial•seal. Place Notary Seal Above Signature',,, 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.. CAPACITY CLAIMED BY SIGNER Signer's Name: • INDIVIDUAL • CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL Q ATTORNEY -IN- FACT ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE DOCUMENT NUMBER OF PAGES DOCUMENT DATE SIGNER(S) OTHER THAN NAMED ABOVE CALIFNINIA PRELIMINARY VTICE In accordance with sections 3097 and 3098, California Civil Code. THIS IS NOT A LIEN. This is NOT a reflection on the integrity of any contractor or subcontractor. REPUTED CONSTRUCTION LENDER N/A REPUTED OWNER(S) /PUBLIC BODY City of Newport Beach 3300 Newport Beach Blvd. Newport Beach, CA 92658 -8915 a m � REPUTED ORIGINAL CONTRACTOR Pete & Sons Construction P.O. Box 7339 Riverside, CA 92503 You are hereby notified that SAF -T -CO Supply 1300 E. Normandy Pl. / Santa Ana, CA 92705 has furnished or will furnish labor, service, equip- ment or material of the following general descrip- ti on PVC Conduit & Related Construction Materials for the project located at St. Ltg.ing Conversion series to multiple - various locations/Newport Bch„ CA The name of the person or firm who contracted for the purchase of such labor, services, equipment or material furnished is: Pete & Sons Construction(Job# 03027P) An estimate of the total pri ce of the labor, sery ices, equipment or material is: $ 5,000.00 NOTICE TO SUBCONTRACTORS If the notice is given by a subcontractor who has failed to pay all compensation due to his or her laborers on the job, the notice shall also contain the identity and address of any laborer and any express trust fund to whom employer payments are due. NOTICE TO PROPERTY OWNER If bills are not paid In full for the labor, services, equip- ment or materials furnished or to be furnished, a mechan- Ics' Ilen leading to the loss, through court foreclosure pro- ceedings, of all or part of your property being so Improved may be placed against the property even though you have paid your contractor In full. You may wish to protect your- self against this consequence by (1) requiring your con- tractor to furnish a signed release by the person or firm giving you this notice before making payment to your con- tractor or (2) any other method or devise that Is appro- priate under the circumstances. Other than residential homeowners of dwellings containing fewer than five units, private project owners must notify the original contrac- tor and any lien claimant who has provided the owner with a preliminary 20-day lien notice In accordance with Section 3097 of the Civil Code that a notice of comple- tion or notice of cessation has been recorded within 10 days of Its recordation. Notice shall be by registered mall, certified mall, or first class mall, evidenced by a certifi- cate of mailing. Failure to notify will extend the deadlines to record a lien. Date: 3 / Signature. Telephone: 714 54 7 -99 • 0 Atz Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder RECORDING REQUESTED RETURN BY AND IIIIIIIIIIi! Illilllllilllillllifllillllllilllllllllflilll11111i11111illlli !NO FEE 200400060589511:07am 07102104 City Clerk 211 its N12 1 City of Newport Beach 0.00 0.00 0.00 0,00 0.00 0.00 0,00 0.00 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording-fees pursuant to Government Code ection 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, \ Newport Beach, California, 92663, as Owner, and Pete & Sons Construction, Inc., of Riverside, California, as Contractor, entered into a Contract on June 24 2003. Said Contract set forth certain improvements, as follows: Street Light Replacement Program (FY2002 -03) Shorecliffs. Cameo Shores, and Cameo Highlands (C -3447) Work on said Contract was completed on June 15. 2004, and was found to be acceptable on June 22. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Surety and Indemnity Company, VVorks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one r a 3 �C� `� at Newport Beach, California. BY r . a,/ - City Clerk C- 3`fW'1 • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 15 June 22, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther @city.newport- beach.ca.us .1L SUBJECT: STREET LIGHT REPLACEMENT PROGRAM (FY2002 -03) SHORECLIFFS, CAMEO SHORES, AND CAMEO HIGHLANDS — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3447 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 24, 2003, the City Council authorized the award of the Street Light Replacement Program (FY2002 -03) Shorecliffs, Cameo Shores, and Cameo Highlands contract to Pete & Sons Construction, Inc. The contract provided the replacement of the street light systems for Shorecliffs, Cameo Shores, and Cameo Highlands under the City's fifteen -year program to convert obsolete 5000 -volt series street light circuits and aging facilities. The project replaced or refurbished 190 incandescent lights and 30,000 feet of electrical conduit and wiring. The conduit was installed by boring and no open cut excavation was required. Most of the project work was in City parkways. 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: $624,008.00 Actual amount of bid items constructed: 624,008.00 Total amount of change orders: 19,113.60 Final contract cost: $643,121.60 SUBJECT: Street Light Replacen"rogram (FY2002 -03) Shorecliffs, Cameo Shores, �ameo Highlands - Completion and cc Aeptance of Contra 3447 Date Page 2 The final overall construction cost including Change Orders was 3.06 percent over the original bid amount. One Change Order in the amount of $19,113.60 provided for removal of base stub - outs, additional service cabinet, one additional pole and acquisition of 38 Sequoia lighting fixtures for the Shorecliffs tract. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. This project involved removing, replacing, and upgrading selected streetlight fixtures within the city. Funding Availability: Funds for the project were expended from the following account(s): Account Description Street Light Conversion Program Street Light Replacement Program City Purchased Fixtures for Shorecliffs Account Number 7013- C5300025 7014- C5300035 Contractor Total: 7014- C5300035 Project Total: Amount $49,995.14 $593,126.46 $643,121.60 $9,830.98 $652,952.58 The original project completion date was February 18, 2004. Due to change order work and purchasing revised fixtures for Shorecliffs, the completion date was extended to June 15, 2004. All work was completed by the revised completion date. Prepppared by: /? 0 R. Gunther, P.E. Construction Engineer Submitted by: Stephen G.'Bpourn Public Works Director • c�Yl Pri. • • � I S OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC June 23, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3646, C -3654, C -3649 and C -3447) Please record the enclosed documents (4) and return to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 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, California, 92663, as Owner, and Pete & Sons Construction, Inc., of Riverside, California, as Contractor, entered into a Contract on June 24, 2003. Said Contract set forth certain improvements, as follows: Street Light Replacement Program (FY2002 -03) Shorecliffs. Cameo Shores, and Cameo Highlands (C -3447) Work on said Contract was completed on June 15, 2004 and was found to be acceptable on June 22 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Surety and Indemnity Company. 4Norks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on a 3 at Newport Beach, California. r BY City Clerk By'rHE C1 P1 COUNM CRY OF NEWPOR 0`ACH C CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT M I' �LI Lt i NA�`� °� Agenda Item No. 8 June 24, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby, P.E. 949 -644 -3311 scrumby@city.newport-beach.Ga.us SUBJECT: STREET LIGHT REPLACEMENT PROGRAM — LIDO SANDS, SHORECLIFFS, CAMEO SHORES, AND CAMEO HIGHLANDS - AWARD OF CONTRACT NO. 3447 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3447 to Pete and Sons Construction for the Total Bid Price of $624,008, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $30,000 to cover the cost of unforeseen work. 4. Approve a Budget Amendment appropriating $61,598 from the unappropriated balance of the General Fund to Account No. 7014- C5500035. DISCUSSION: At 2:00 P.M. on June 11, 2003, the City Clerk opened and read the following bids for this project: BIDDER Low Pete and Sons Construction 2 Moore Electrical Contracting 3 Steiny and Company 4 Pouk and Steinle 5 Benergy, Inc. 6 Dynaelectric 7 Protech Engineering Corporation TOTAL BID AMOUNT $624,008.00 $630,519.30 $658,490.00 $668,785.50 $724,707.00 $755,635.00 $909,634.25 * Corrected Bid Amount The low total bid amount is 16.64 percent above the Engineer's Estimate of $535,000. The bid came in higher than the engineers estimate due to the cost for fixtures being considerably higher than previous projects. The low bidder, Pete and Sons Subject: Street Light Repllment Program — Lido Sands, Shorescliffs, Camwhores, and Cameo Highlands — Award of Contract No. 3447 June 24, 2003 Page: 2 Construction, possesses a Limited Specialty Classification C -10 contractor's license as required by the project specifications. Pete and Sons Construction have satisfactorily completed similar street light projects for other public agencies. The street light system for Shorecliffs, Cameo Shores, and Cameo Highlands are slated for replacement under the City's fifteen -year program to convert obsolete 5000 -volt series street light circuits and aging facilities. The project calls for the replacement or refurbishment of approximately 190 incandescent lights and approximately 30,000 feet of electrical conduit and wiring. The conduit is to be installed by boring, no open cut excavation is required. Most of the project work is in parkways. The contract documents stipulate the existing series street light system is to remain in service throughout the installation of the new system and 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. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. This project involves removing, replacing, and upgrading selected streetlight fixtures within the city. Funding Availability: A Budget Amendment appropriating $61,598 from the un- appropriated balance of the General Fund to Account No. 7014- C5300035 is necessary for this project. Upon approval of the recommended Budget Amendment; monies will be available in the following accounts for the work: Account Description Street Light Conversion Program Street Light Replacement Program Prepared by: Michael J. Sinacori, P.E. Principal Civil Engineer Attachments: Bid Summary Project Location Map Budget Amendment Account Number Amount 7013 C5300025 $50,000 7014 C5300035 $604,008 Total: $654,008 Submitted by: 1k Stephen G. Baqqm Public Works Director U W aE4 W E mad O Q a [3 m Z w a a 3 0 N M M m U � T U V 0 U 0 2 0 E No g oo � w U 4 O n .0 0 �n u p i N x F a w a w u h ° O fZ+l W m a u f 0 8 D v n Z o P N p p 6 N p S 2 8 7i 7+ i N m ry f `� 8888888885 8 8888888 8888 S 8 8 888 8S 8880 8 d o- `" o °o �2 2 J o 8885p88 °,o `3N 2 8. .4°d8 5885 °0 .R °ma88 °p8 °88N e n N O 0 O O n O P S O O o m Q D O O O O S O 2 2 2 P � r � J p 8p p O 8 8 8 Op p 8 8 p p p p p N O OQ p p S p O N F p z 6, W ,Q ,Q 0 p 0 0° Q p pO a p f�i n_ T3 a r m a o 0 $ocj88p 88888Q5Q8 8 88858 88s88p88 8 n 8888 S8 8N g S O N O h- S jQ O O Q8 2 O N O 4 N O N $ Q 20 Z+ O (`V (VJ Z J N J O N N °858.88p88.5 8$82 88o88 p 888588 8 8588888 888p p8S p8 °N v O n O N m O S N O N d N pp OO O p OO H O 4 N P N Q N v°i Q N a d 088.8.88.8.858 8 Si &88888. 958$$8. 8 88538888 88 8 8 88 °0.8Q8g8Q8 p £Q38884 8 8F384 8 8Q8Q p88A @5880 g$gg5g g8g8 g5 Q Q8Q q8 58�p Q N 88gg88.8$QQ5.88.8 8 88888 888g8885 8. 8888888 858 °o g8g$8� 58Q� F Q � _ o 0 0> a 6 Y o m o D o a > b 0 C 3 p a O V J O 0 D ; o o g g 4 0 0 w L - o 3 3 n o ? ° N° c c D o d c D D n an n d E Q D a n o c � n m as n° o ° a °_ p U = O C o = S 2 p .� .o p a .p o �y a w V w .a .a .o o a o 6_O o D a n n a° c u E>? o ._ a -o° o E, o a a H o v v° c c m a v F m a u f 0 8 D v n V N .7 H IA V � ¢ w a o G _ U O v �U U � Z U U s f La O a a m r m Q c S F (wl iil y4 y N 4 F rc a w u rc z w o � v w a h. a 8 8 8 8 5 8 8 8 8 8 8 8 0 S S 8 8 8 N m pi e° S8SSSSSS S 8 8885 S SSS z - f v f55 SS8" 5 8� 8 88"' ma o o - - E o Q U p p O P N U N mL O f P v dPp P S 7 o °0 8 S n °o m °° °a °0 8 S S "4 om UO O •- h P O Vmi - � OO N S O p O 88 S p O O 5 m S N S 5po O S O, O S Q O p 88588888 8 88888 8. 8.88 Q5p. A d SSSS8S9S S 2 2 8° -88 81 P R S 8 R S N � OA Q 8Q8g S8 S 888888g 8 8$85$�8 yS��+Q8g Q8 QSg r F Q d p� O L [ FO 0 o a O O p O O p 0 C O ; O O Z y p p 3 � D D I➢ �+ p S 2 6 o gN' U u U p O E N 0 U_ p C 5 o = 3 = p o o `o o U U 0 0 o U � a a� m m[ c a -° n _ r Iv 11 11 1 a r c N N N Y n uql £ y � w ^ F L W � F K 2 41 F ry 7 <� O ¢ C U Ll W 0 0 m 0 a 8 8 8 8 8 8 8 S S S 8 8 S S 8. 88 8 S S S 8p S 5 8 8 8 8Q 8 S S S S U P P^ 0 m O p N Q S O O Q p p p ,Q d m a m m a < d c N m m < 88+888oSsSOSS0 8 oSSO85o8 8 8Sa858p8 S88 pSp8po8oS a u V N a N y N a CNS 8Q 8 8p 8pp S S S 8 S 8 S 8 8 o S S 8 8 ° 5 8 8 S 5 S 8 S 8 5Q 8 8Q 8 8 8 0 p pp R Q$ ,Q O Q O Q$ Q 0 ,Q 0 Q a m d d 8g 8 S S S8.8 88. 8 S 88.Q8QS.S S 8 S S8.8 S o 8 8 8 8 S 8 8 8 8 58A�R p8g m } w w w W w w w w w w w W u } W w w w w W W w w w m N d ° p H H O O - � L E u o d m D m ZO ry O 6 Y P Q O O o D ip T OC O C O y r o n° n n° 5 p a ° n p _'a 0 d n n Bm > p m D `o D gg° 0 B 8 2 ` D 3 a 3 ° v o a o o o a o 5 ' U u u r D m m n > x O w o s m o D u 2 y `m '; o E D¢ a n a G= D° D o o F ' o 5 C p -C u p U p ➢2 y D C ,-- 0 wzi n a E D D¢ o o �_ ° n r o p D o o b 2 d C "-' W (p W N O N m 0 a F � N rc ` of � ° o w n a 0 a 0 n s i 8 8 8 8 S3 m 8 o e U M Q W N S 8 S S S 8 8 8 :2 S 8 S S pS p p p p St 0 N O U Q N 8888° S S °°SS888 S SSS ° � o Q N ^ Z n F � N F w w w Q w � < LL+ w w w H Z m ° ° S _ p m o L v � � V O m 'u Eoo o O O D D U Q O O U D m D a o � 1 i n ° a° U L o a s o R c o v c 6 a m D E 0 a 3 ° ry o L° ry p� p V V fy ry °a ° ry V a= .o 0 o 25? > H o o U n k ° a n 2 2 b o o _ P o ° o o E D o - H - H - - n' 0 0o ° H v v a. v w r 0 a 0 n 0 a Mi l RO \ ACE � co O,ys�A NOT TO SCALE o c LOCATION MAP J rJ "'LANDS _ 1 /\ 9q SHORECLIFFS, CAMEO HIGHLANDS & CAMEO SHORES STREET LIGHT REPLACEMENT W'ity of Newport Beach BUDGETAMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 081 AMOUNT: $61,598.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: j To increase expenditures for the Street Light Replacement Program in Lido Sands, Shorecliffs, Cameo Shores, and Cameo Highlands, C -3447. e i ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Description _ Fund Account Description _ 010 3605 General Fund Fund Balance REVENUE ESTIMATES (3601) Number C5300035 Street Light Replacement Program Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Amount Debit Credit $61,598.00 Description _ Division Number 7014 Miscellaneous & Studies Account Number C5300035 Street Light Replacement Program $61,598.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: �(f Fi ncial pproval: Administrative Services Director Date Signed: �—J _ G z_1,P_�5-- Administrative Approv : City Manager D6te Signed: _ City Council Approval: City Clerk Date dity of Newport Beach BUDGET AMENDMENT 2002 -03 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: NO. BA- 081 AMOUNT: $s1,5sa.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance BY THE Cr:Y COliiiCtL CrrY 0F..I'EWPOeIT 05ACH This budget amendment is requested to provide for the following: To increase expenditures for the Street Light Replacement Program in Lido Sands, Shorecliffs, Cameo Shores, and Cameo Highlands, C -3447. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 010 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description General Fund Fund Balance Description Division Number Description Division Number 7014 Miscellaneous & Studies Account Number C5300035 Street Light Replacement Program Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: ���//j//jl9 � ��G✓l/�lj[ Fi ncial pproval: Administrative Services Director Signed: A4. V Ad inistrative Approv : City Manager Signed: City ¢a ncil Appro� a, I: CityC! k � �- _ Amount Debit Credit $61,598.00 " $61,598.00 iQ Date teD (0 -�-G �3 Date CITY OF NEWPORT BEACH � V NOTICE INVITING BIDS � No.c046214 1, ' O CAt U 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 2:00 p.m. on the 11th day of June 2002, at which time such bids shall be opened and read for 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEO HIGHLANDS Title of Project Contract No. 3447 $535,000 Engineer's Estimate <rFOR e phen G. Badum is Works Director 00\1 PAP PJ I�ae o 61�Q°s� �e Prospective bidders may obtain one set of bid documents at a cost of $20 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification "A" or'`C- 10'required for this project For further information, call Michael J. Sinacori. Project Manager at (949) 644 -3342 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS. CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 TABLE OF CONTENTS NOTICE INVITING BIDS ................................. ............................... ..........................Cover INSTRUCTIONS TO BIDDERS ...................................................... ............................... 3 BIDDER'S BOND ............................................................................. ............................... 5 DESIGNATION OF SUBCONTRACTOR( S) .................................... ............................... 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............ ............................... 7 NON - COLLUSION AFFIDAVIT ...................................................... ............................... 11 DESIGNATION OF SURETIES ..................................................... ............................... 12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................ ............................... 15 INFORMATON REQUIRED OF BIDDER ....................................... ............................... 16 NOTICE TO SUCCESSFUL BIDDER ........................................... ............................... 19 CONTRACT.................................................................................. ............................... 20 LABOR AND MATERIALS BOND .................................................. ............................... 26 FAITHFUL PERFORMANCE BOND .............................................. ............................... 28 PROPOSAL............................................................................... ............................... PR -1 SPECIALPROVISIONS ............................................................. ............................... SP -1 9 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: / INSTRUCTIONS TO BIDDERS /bIDDER'S BOND /DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER /ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) - *ECHNICAL ABILITY AND EXPERIENCE REFERENCES ANON- COLLUSION AFFIDAVIT - DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 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 11 0 • substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et sec.), 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. Contractor's License No. & Classification ?& S - &! Bidder Authorized Signature/Title U t e 0 0 Premium included in Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 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 (10 %) ten percent of the attached bid amount. Dollars (S 10°/ of hid amt ), to be paid and forfeited to the City of Newport Beach If the bid proposal of the undersigned Principal for the construction of 2002- 2003 STREETLIGHT REPLACEMENT PROJECT - LIDO SANDS, SHORECREST, CAMEO SHORES AND HIGHLANDS, Contract No. 3447 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 tails 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 trorn its obligations under this Bond. Witness our hands this 9 day of Pete & Sons Construction, Inc. Name of Contractor (Principal) Developers Surety and Indemnity Company Name of Surety 17780 Fitch, Suite 200, Irvine, CA 92614 Address of Surety 949 - 263 -3300 Telephone June 2003 FOR Authorized Signatureffille ooj Authoriz d Age Mark Richardson, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) Company Profile Company profile Page 1 of 2 lCatlbara�i� nsce DEVELOPERS SURETY AND INDEMNITY COMPANY 17780 FITCH, SUITE 200 IRVINE, CA 92613 Agent for Service of Process LAWRENCE G. KEPIRO, 17780 FITCH, SUITE 135 IRVINE, CA 92614 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 12718 NAIC Group #: 0075 California Company ID #: 4606 -0 Date authorized in California: August 30, 1999 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: IOWA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the log ssarX. SURETY Company Complaint Information J'# Company Enforcement Action Documents Company Performance- & Comparison Data Composite Complaint Studies http: / /cdinswww. insurance .ca.gov /pls /wu co _prof/idb_co _prof utl.get_co _prof?p_EID =... 06/13/2003 CALIFORNIA State of California County of Orange DGMENT On !. IMP A M before me Quyen Pham, Notary Public DATE NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) 0 personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence Place Notary Seal Above WITNESS rf(v hand and official of 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.. CAPACITY CLAIMED BY SIGNER Signer's Name: • INDIVIDUAL • CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 0 ATTORNEY -IN- FACT ❑ TRUSTEE • GUARDIAN OR CONSERVATOR • OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE DOCUMENT NUMBER OF PAGES DOCUMENT DATE SIGNER(S) OTHER THAN NAMED ABOVE to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that oUVEN PRAM he /she /they executed the same in his /her /their .. �r3 .,4, COMM. #,3aanao Notary Puhpcoun y nla� Orange County authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the My omm. Fxpfras -+. NOVEMBER 9, 2006 entity upon behalf of which the person(s) acted, executed the instrument. Place Notary Seal Above WITNESS rf(v hand and official of 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.. CAPACITY CLAIMED BY SIGNER Signer's Name: • INDIVIDUAL • CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 0 ATTORNEY -IN- FACT ❑ TRUSTEE • GUARDIAN OR CONSERVATOR • OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE DOCUMENT NUMBER OF PAGES DOCUMENT DATE SIGNER(S) OTHER THAN NAMED ABOVE POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725, IRVINE. CA 9'623 • (949) 263 -3300 KNOW ALL MEN BY THESE PRESENTS, that except as expressh limited. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA. do each, hereby make, constitute and appoint: ** *Eric Lowey, Mark Richardson, jointly or severally * ** as their true and lawful Attornev(s) -in -Fart, to make, cxecme, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and conbaos of suretvship giving and granting unto said Allornev(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper ro he done in connection therewith as each of said corporations could do, but reservins to each of said corporations bill power of substitution and revocation, and all of the acts of said Altorney(9)-i n- Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Dircclors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective asof November I, '0011: RESOLVED. Thal the Chairman of the Board, the President and anv Vice President of the corporation be, and that each of them hereby is. authorized urn csecute Powers of Attorney, qualifying the ollornee(s) named in the Powers of Attorney to execute, on hehalf of the corporations, bonds. undertakings and contracts of suretyship: and that the Secretary or any Assistant Secrccnv of the corporations be:md each of them hereby is, authorized to attest the execution of any such Power of Allomey: RESOLVED. FURTHER, that the signlurrs of such officers man' be affixed to an) 'such Power of Allomey or to any cenificale relaling Ihen90 by lacAluile, and env such Power of Attorney or certificate hearing such Iacsimile signatures shall be valid and hindio upon the corporation when so of fixed and in Ire future with « specl to any bond, undertaking or contract of suretyship to which it is attached. IN W11 NESS WHEREOF. DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have scrcrlb, caused ihrsc presents to he signed by their respective Faec uive Vice President and ;ntrsied be their respective Sectetary this R "' day of Januan•. On laouary S, 2002. before me, Antonio Alvarado, personally appeared David H. Rhodes ;cod Wailer A. ('Lowell. personally known to me (or prored to me on the basis of sutisfuctory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to tine that thev executed the same in (heir authorized capacities, and that by their signatures on the instrument the entity upon behalf of which The nervons acted. executed the instrumcal. WITNESS my unnai nnnll official sen). Signalure "-- LZ CERTIFICATE ,. ANTONIO ALVARADO p COMM. N 1300303 f Bv: 0 p,Sy AND /4",", ANyO,c. My Comm. Expires APRIL 10. 2005 David H. Rhodes, Executive Vice President `, •OSPOR4 :•fjy ;, OX$p AG OPPOgq Ca _ W OCT. .6, ° ri OCT. 5 �r w 0 � 1 9 3 6 � = g J.p F,• °D r O 2 Walter A. Crowell, Secretary . O..lOW .... xad,i: Cr P q(/FOPyIy d *11 STATE OF CALIFORNIA ) )SS. COUNTY OF ORANGE ) On laouary S, 2002. before me, Antonio Alvarado, personally appeared David H. Rhodes ;cod Wailer A. ('Lowell. personally known to me (or prored to me on the basis of sutisfuctory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to tine that thev executed the same in (heir authorized capacities, and that by their signatures on the instrument the entity upon behalf of which The nervons acted. executed the instrumcal. WITNESS my unnai nnnll official sen). Signalure "-- LZ CERTIFICATE ,. ANTONIO ALVARADO p COMM. N 1300303 f Notary Public - California 0 3 - i ORANGE COUNTY f My Comm. Expires APRIL 10. 2005 The undersigned, as Chief Opcmt iug Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEM NIT)• COMPANY OF CALIFORNIA. does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked. and furthermore that the provisions of the resolulions of The respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force ;a of The date of This Cerificate. This Certificate is executed in the Cite of Irvine, California, the 9 day of June 2003 By David G. Lane, Chief Operating Officer I D- 1380 (01/02) arIS INCO DISCLOSURE RIDER Terrorism Risk Insurance Act of 2002 The Terrorism Risk Insurance Act of 2002 created a three -year program under which the Federal Government will share in the payment of covered losses caused by certain events of international terrorism. The Act requires that we notify you of certain components of the Act, and the effect, if any, the Act will have on the premium charged for this bond. Under this program, the Federal Government will cover 90% of the amount of covered losses caused by certified acts of terrorism, as defined by the Act. The coverage is available only when aggregate losses resulting from a certified act of terrorism exceed $5,000,000.00. Insurance carriers must also meet a variable deductible established by the Act. The Act also establishes a cap of $1,000,000,000.00 for which the Federal Government or an insurer can be responsible. Participation in the program is mandatory for specified lines of property and casualty insurance, including surety insurance. The Act does not, however. create coverage in excess of the amount of the bond, nor does it provide coverage for any losses that are otherwise excluded by the terms of the bond, or by operation of law. No additional premium has been charged for the terrorism coverage required by the Act. Developers Surety and Indemnity Company Indemnity Company of California t7780 Fitch Irvine, CA 92614 (949) 263 3300 ,,,,.inscodico.com STATE OF California i. COUNTY OF Riverside 7 On u` IL, o1Q� =' bet�re mc. Elizabeth H.M. McRae, Notary Public PERSONALLY APPEARED Erwin H. Mendoza, President of Pete & Sons Construction, Inc. Personal]) known to mc ( n, �gx7CXrptZyt [cFfXxtSiSMtii�7tvXXC¢g A":.4 ltegl to be the pcismik whose name is/,.Xtt -,subscribed to the within instrument and :tcknowledeed to file that he�,,{p,,tkigXesecmed the Same in capaeit)k��, and that by his/bc%titxk sianawre(X) on the instrument the person( . or dte en[ip, upon bch:df of Ichich the person) acted, executed the instrument. \VI I NESS In)' hand era olliciad s0nl. 1 ° EIZEH RLABH. M. MCAE J COMM. 9 135 687 NOTARY FIANC A- I; J ` �! �J RIVCR 1,)E COI I �) � ajy COMM.. tdP. jta.! 3'. This w"I fbr OQieial tVolm i:d scal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulentreattachnfeniof this lorm. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL �1 CORPORATE OFFICER President TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT ID -1232 (REV. 5/01) ALL - PURPOSE ACKNOWLEDGEMENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 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. (Use additional sheets if needed) Subcontractor's Name, Address, Telephone # Bid Item Number Description of Work Percent of Total Bid #tj ugnt $I tvfc T4X 141q 4kiyJ4 tj S-f t_luersCdt•ma245V3 ponfVIR E0 all bird 015'5 qg ca �slzi u orb �D idder Authorized SignatureJTitle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. e Ait k Sd4S CrnS7 'LcbAOM FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number r Project Description { �61�aZy 5 Approximate Construction Dates: From /—Zit oCUU ?To Agency Name 1,-A" OPY 'A Contact Person ogre, / Telephone ( 1 '3 6 q 7 SSDa Original Contract Amount $ 02'12'r Final Contract Amount $ IC d S If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. RM 7 • • No. 2 Project Name /Number t�e-16 r� , �_ I Prniact f)a.vr•.rintinn 1 ✓6 -X�Yi Z— � G7�Vl.l' k, L...cl� ., ✓J�� Approximate Construction Dates: FromJ:_kd f ;R.60 -1 To: r(7 /✓ t� Agency Name Contact Person My, K16 Cam k Telephone Doti) J' tab S-:3 6.G Original Contract Amount 0 Z � al Contract Amount $ amount is different from orjginal, please explain (change orders, extra work; etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No.3 � _�44 Project Name /Number Project Description #10M W01-{ "t 41 l0 Approximate Construction Dates: From ( `�� �o: '4Y9 "f Agency Name CO- 2Q(]J' S Contact Person , y¢# La, TelephoneTfty) Original Contract Amount $1D :: ial Contract Amount $ amount is different from original, please explain (change orders,, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 0 No. 4 �� a U �� Project Name /Number Project Description t Il darn v Approximate Construction Dates: From 2 00'�2' To: (.1 Agency Name a2GT7 ( � � kCvp� Contact Person��" t�'�l Y %Telephone (Ibl Original Contract Amount $ I) .Jy inal Contract Amount $ `I�"�� If 3inal amount is different from original, please explain (change orders, extra work, etc.) CnobA� b-dgy- — + y ely- Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and Indicate outcome of claims. No. 5 � > Project Name /Number �fC✓� ���L �7 J� d.3 Project Description q* `P L1st Approximate Construction Dates: From �� �d o: Agency Name m� f� J1J`� 3(Y1 �!Y✓I G✓YZti Contact Person / /�' /� VNl Telephone et, Original Contract Amount I���O53,.al Contract Amount $ hod If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 9 No. 6 Project Name /Number Project Description E c P 13 C:, ID 744-02 Approximate Construction Dates: From Agency Name -1��� O',mcak 0 lin(vm LVC47 �Unl ll/✓'-°C �� 2 Contact Person' K`rn y 1 t(ti Telephone h2to 5Z9,;L NO Original Contract Amount S �'Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial nditions. f� 0,s Bidder Authorized Signature/Title 10 0� Zm tAI�J��"�u--"����JjjI C 0� 0 20 2 O z n O tOJ W N N N N N N N N N N N N N L a O O O O O O S OO p O O O O OO W W a N O a W a a a a > a a N a _ ay � y < a C 0 D m y 0 � y 0 0 S D 0 0 -I 0 D - y y O O A w m w p ° 1 i A W m m z O O - O * a m N n m m0 -W -i O D p m < 7 vD 4 r Z co m yy 3 n z r Z pr O N r ° < 3 T < O K m Z 4e C 0 z O Z co n Z m z Cl) O p m S y n O b O O O o a z m Oz 0 I UJD G) 0 Z D Z 0 m + m !J 7J n 3 A m m O < O O 3yi 0 D m y y � .< -i S y A o T. m m D a S r Z7 + J o N m Z m m n ann <�_ n o n mno n n n o n n n n n o n n o AO Q v p 0 -rt v q YTo 0 o O O yD 00 T O o o O O O O O D ➢ a T T z i z vi < n m y m m Z m Z 0 Z m 0 z D> m Z Z < > Z D 0 0 < A O X m r y m O Z 0 m m --1 z 0 D x Z D O A D E5 n r z K D * O A D y * m a -1 n z y G7 m m Om D Z m D Z O Z' 4z O � n p Z m 0 O ➢ O D m A m (� m O x n OOp7JNb Z- y .a -�ONpp (n Gm +m A O O 0t A O+ >00" ➢z O W N W �O W P� w m W m O O W D }}++,, A robo nA DOmN W W N,>o7 V DO.� b➢p tn> G O t z5DNpOO Z- y O.. y W N D03N yO+ a�n [P 7Jw <O 0� mAA. -�mOJ- m lJ yn A V m V A -oo 0<+ V)co m moo zO W N A Zm-I- mn <7J� morwmm 0 pwm D S(n- - �>2mm-A aNmA -i�OyA mo r- m N -fnn D m� n p �rDDy OK p -IZn0D -DRin rA Z -N Omn m>G) y -1 o!T� z w W 0 2 M- 0 m 0m < m inn m 0z m m D -{ p - 2 Z S W m y a O O -f D n p z m Z y y ti➢ o o02. Z w m O r O Zp y o�-- Z �nnmy0 n 0 p Z J w z rzD mmrA p D-1 D <-D <O p n-I a zZSZm- O- ➢ZO1 0>. ➢a m Dmn�im w 0Dm0,p O pDJn 0 b D0 b R: m m n bm N T1 mnr D r NyAD S. 0 y. _ i �7 -iD n m -T. D n f jD Ky D 0Z �n(nb C D.. A mr,, m 0 o,Z z0.<Z yn. y O �p mbm?-!' m+.<W y0T :Ll yp yb Dx n�Oi w (iT ywy`D�➢ or jnb� ���JDN m Gtn N 20(n N MF)0 -a, r J D ➢n GN �!J (a�N N Dn W < p _� Z J cDmN y r A 'i D y O Z n m j y p D O D N � 0 D-IN Z D O m yD'z NnDl O m 0 Z OOi z mN m :. p rn:. Z N m 0 O > 0 x D 0 0 m p D a n S 0 ro ➢ �- m O D n W -mi m A z Z m ➢ y G x m A C n r r T z m v x m .Tai o A h w O 7J .DV r 0 A C <c m z p O 0 0 D Z r 7C 0 0 r S D o m D m o Z { D o m V A o n y n O m CO �0-i G7 r D r 0 9 D r T y < tmi: O y O _ y 0 z b D Z m S m n m < Z Z < D n Z ➢ A D D O O m b T b b A �D O N A �D b W b b b V tP m A O O m - O tD O N N A N O O O w A W N N N m Ut iN w �. to (P VI IT j [n W N �D N lT z WA W CT O A m b N m J V O b O A O O� ca A O O O N to b O a O O O b O ca m w to w an w w Vr w w w to v+ F» c++ sv w w w to �n En 0 D Q m O O V W N W O y N O O N N W O O QOi T QNi N N W O (OD W O D O O (OD N + d `Oj CO O O O O O O O O O O S O W m m b O O O O O O O O O O -I 0 O O O o O O 0 O O O O O 0 O W L.- D m 'c 3 0 6 3 V-1 r m d ' m m m m m m b . T y y y y y W W N W N N N W N N N z 0� Zm tAI�J��"�u--"����JjjI C 0� 0 20 2 O z n Erwin Mendoza i 9920 Arlignton Ave. Phone (909) 352 -2490 Riverside, CA 92503 Fax (909) 352 -2498 Email emin @mbe- hlj.com Summary of 0 5/1995 — Present MBE Electric Inc. Riverside, CA qualifications Superintendent • In charge of area projects in the counties of Los Angeles, Orange and partial of San Diego. In prime contracts in the range of $1,000.00 to $2.2M the duties were: Coordination of subcontractors, project scheduling, traffic management, quality control, project accounting, and our work force scheduling, and planning. In our subcontracting in the range of $1,000.00 to $2M the work duties are: coordinating with the prime contractor and other subcontractors in order to manage the work force from the various jobs under my supervision. The types of work done are: Fiber optic installation and testing /splicing, tunnel lighting, traffic signals installations and modifications, asphalt paving and minor structure construction. • 2/1998—Present Highlight Electric Perris, CA Owner • Manage the day to day operations with the employees in and out of the office duties. Directional Boring supervisor and project management. Education 1995-1996 IBEW Training Course Los Angeles, CA Journeyman Wireman Languages Fluent in Spanish and literate in French Community Supporter and sponsor of youth sports, such as AYSO Soccer. activities Supporter and sponsor of woman softball. • Completed training courses in Street Lighting and Traffic Signal Installations, NEC Code Enforcement, Blue Print Reading, Traffic Signal Controller. • 1991 -1995 Damien High School La Vern, CA High School Diploma • Basic Educational studies completed with vocational courses. Partial computer programming classes (cobalt and excel). Professional 0 1995 — Present MBE Electric Inc. Riverside, CA experience 1998 — Present High Light Electric Perris, CA Professional International Brotherhood of Electrical Workers (IBEW), National memberships Electrical Contractors (NECA) Languages Fluent in Spanish and literate in French Community Supporter and sponsor of youth sports, such as AYSO Soccer. activities Supporter and sponsor of woman softball. 0 Accreditation's IBEW — Journeyman Wireman; CSLB — General Contractor and Electrical Contractor Awards received Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" in 2000. HIGHLIGHT ELECTRIC • ** CUSTOMER LIST ** • Customer List, By Customer Name ID ' NAME ADDRESS 1 ADDRESS 2 CONTACT PHONE FAX NOTES 98042 ALL AMERICAN ASPHALT P.O. BOX 2229 SHELLEY. JIM H. (909) 736-7600 (909) 739 4671 99059 BEADOR CONST. CO., INC. P.O. BOX 1 DAVID (949) 7240264 (949) 724 -0267 99072 BEADOR CONSTRUCTION P'.O. BOX 1 DAVID (949) 724 -0264 (949) 724 -0267 99044 CHAPMAN UNIVERSITY 333 N. GLASSELL ST. JOHN BIGGS (714) 481 -5000 (714) 481-500S 99049 CITY OF HUNTINGTON PARK 6550 MILES AVE..RM 148 MARILYN (323) 584-6230 (323) 5884577 98033 CITY OF ORANGE 300 E. CHAPMAN AVE. HAMID BAHADORI (714) 744 5534 (714) 744-6961 99065 CITY OF ORANGE 300 E. CHAPMAN AVE. HAMID BAHADDRI (714) 744-5534 (7)4) 744-5573 99068 CITY OF SAN BERNARDINO 300 NORTH D STREET RAY CASEY (909) 3845357 (909) 384-5080 CITY OF SANTA ANA 101 W. 4th ST. BILL ALBRIGHT (714) 5654029 (714) 5654059 97003 CITY OF WH!TTIER 13230 PENN ST, SUNNY NG.JOE D.. (562) 464 -3510 (562) 464-3572 98041 Coast Grading Co.. Inc, P.O. Box 1152 Selena (760) 789 2062 (760) 7894528 97023 COFFMAN SPECIALTIES, INC 4375 JUTLAND DR. STE. 260 COLLEEN COFFMAN (619) 272 9080 (619) 272 3655 97024 CONE ENGINEERING CONTRACTORS 2092 OMEGA R0. GARY ELGENSON (925) 838.5685 (925) 838 5996 99071 COOLEY CONSTRUCTION, INC 16533 D STREET RANDY,JAMMIE,SCOTT (760) 245-1377 (760) 245-7254 97005 CT. OF RIV. TRANS. /LAND 4080 LEMON ST. 8TH FL STAN DERY (909) 275-6740 (909) 275-6721 97014 E.L. YEAGER 12-012404 1995 AGUA KANSA RD (909) 684-5360 (909) 788-2449 97016 E.L. YEAGER 08-043504 1995 AGUA MANSA (909) 684 -5360 (909) 788-2449 97015 E.L. YEAGER 12-0125U4 1995 AGUA MANSA RD (909) 684-5360 (909) 788-2449 400 E. Sixth jt Page 06/147[ CITY STATE ZIP CORONA CA 91718 CORONA DEL MAR CA 92625 CORONA DEL MAR CA 92625-00{ ORANGE CA 92866 HUNTINGTON PARK CA 0255 ORANGE CA 92666 ORANGE CA 92666 SAN BERNARDINO CA 92418 SANTA ANA CA 92701 WHITTIER CA 90602-17, Ramona CA 92065 SAN DIEGO CA 92117 SAN RAMON CA 94583 VICTORVILLE CA 92392 RIVERSIDE CA 92501 RIVERSIDE CA 92502 RIVERSIDE CA 92503 RIVERSIDE CA 92502 rHIGHLIGHT ELECTRIC • ** CUSTOMER LIST ** 0 Customer List, By Customer Name ID NAME ADDRESS 1 ADDRESS 2 CONTACT PHONE FAX NOTES 97001 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M.,SHERRY (909) 684 -5360 (909) 684-1644 97007 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C..JIM M.,SHERRY (909) 684 -5360 (909) 788-2449 98029 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M.,SHERRY (909) 684 -5360 (909) 788-2449 99051 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M..SHERRY (909) 6845360 (909) 684-1644 99052 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M.,SHERRY (909) 684 5360 (909) 684-1644 99061 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M..SHERRY (909) 684 -5360 (909) 788-2449 99062 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M.,SHERRY (909) 684-5360 (909) 788 2449 99066 E.L. YEAGER CONST. 1995 AGUA MANSA RD JIM C.,JIM M..SHERRY (909) 684 5360 (909) 684 1644 - E.L. YEAGER CONST. CO. P.O. BOX 87 DOUG, JIM (909) 6B4 6360 (909) 684-1644 99073 E.L. YEAGER CONSTRUCTION CO. CHRISTIE CHEN (909) 684 5360 (909) 684-1644 99063 GREG J. HARRIS CONSTRUCTION 7570 LIBERTY AVENUE GREGG SR OR JR (909) 734-7146 (909) 737 6579 99076 H & H CONTRACTORS P.O.BOX 90208 JUAN, LETA (909) 886 8661 (909) 882-9941 00079 HANSON SJH CONSTRUCTION P.O. BOX 639069 TERRI HALVERSON (858) 715-5633 (858) 268 5126 98032 HAUSCHILD CONST. 7C WRIGLEY RUSS,ADRIAN (949) 768-0955 (949) 768-3621 99069 Holland Lowe 427 S. Pershing Ave. Dale Lowe (909) 889-5300 (909) 889 -5370 99074 Johnson Prop. Sales /marketing 1779 FLorida Ave.; Suite A -1 Fred Silva (909) 7661388 (909) 766-8648 99045 Karleskint -Crum, Inc. P.O. Box 5358 Michelle, Craig (805) 543-3304 (805) 543-3827 98027 L.D. ANDERSON INC. 11812 RIVERSIDE DR. JOSEPH A. SCHULTE (909) 360 3446 (909) 360-3506 1995 AGUA MANSA RD 1995 AGUA MANSA RD 225 SUBURBAN RD Page 2 06/14/00 CITY STATE ZIP RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92509 RIVERSIDE CA 92502-008 RIVERSIDE CA 92509 CORONA CA 92881 SAN BERNARDINO CA 92427 SAN DIEGO CA 92163-90E IRVINE CA 92716 San Bernardino CA 92408 Hemet CA 92544 San Luis Obispo CA 93401 MIRA LOMA CA 91752 HIGHLIGHT ELECTRIC • ** CUSTOMER LIST ** • Customer List, By Customer Name 10 NAME ADDRESS I ADDRESS 2 97013 MBE /ASPHALT 97008 MBE /Corona 9920 arlington Ave. Peter (909) 352-2490 (909) 352 1288 97010 MBE /E.L. YEAGER 08-446404 9920 Arlington Ave. Peter (909) 352-2490 (909) 352-1288 S MBE /FLEMING /ART-08324204 9920 Arlington Ave. Peter (909) 352-2490 (909) 352-1288 CITY Page 3 06 /14 /Or STATE ZIP Los Angeles CONTACT 90005 PHONE CA 92805 FAX NOTES 98026 Lehigh Construction Co. 92503 714 S. Plymouth B1. RIVERSIDE Loly 92513 (323) 931-1306 92503 (213) 931 -2033 CA 98025 MARINA LANDSCAPE INC. CA 92503 1100 E. KATELLA AVE. Riverside ALI, JOE 92503 (714) 939-6600 92503 (714) 935 -1199 CA 99054 MATICH CORPORATION CA 92503 P:O, BOX 50,000 Riverside ROY BARTLETT 92503 (909) 877 2100 (909) 825 -9100 CA CLOSE MBE ELECTRIC 9920 ARLINGTON AVENUE (909) 352-2490 (909) 352 2499 97012 MBE ELECTRIC INC. 9920 Arlington Ave. Peter (909) 352-2490 (909) 352-2499 97121 MBE ELECTRIC INC. 9920 ARLINGTON AVENUE PETER MENDOZA JR. (909) 352-2490 (909) 352 2499 98037 MBE ELECTRIC INC. 9920 Arlington Ave. Peter (909) 3522490 (909) 352 -2499 98039 MBE ELECTRIC INC. 9920 Arlington Ave. Peter (909) 352 2490 (909) 352-2499 MEE ELECTRIC INC. 9920 Arlington Ave. Peter (909) 352-2490 (909) 352 2499 99055 MBE Electric Inc. 9920 Arlington Avenue Peter Mendoza Jr. (909) 352 2490 (909) 352-2499 99058 MBE ELECTRIC INC. 9920 Arlington Ave. Peter (909) 3522490 (909) 352 9646 97017 MBE ELECTRIC, INC. 9920 ARLINGTON AVENUE (909) 352 2490 (909) 352 2499 97018 MBE ELECTRIC, INC. 9920 ARLINGTON AVENUE (909) 3522490 (909) 352 2499 MBE MBE ELECTRIC, INC. 9920 ARLINGTON AVENUE (909) 352 2490 (909) 352-2499 97013 MBE /ASPHALT 97008 MBE /Corona 9920 arlington Ave. Peter (909) 352-2490 (909) 352 1288 97010 MBE /E.L. YEAGER 08-446404 9920 Arlington Ave. Peter (909) 352-2490 (909) 352-1288 S MBE /FLEMING /ART-08324204 9920 Arlington Ave. Peter (909) 352-2490 (909) 352-1288 CITY Page 3 06 /14 /Or STATE ZIP Los Angeles CA 90005 ANAHEIM CA 92805 SAN BERNARDINO CA 92412 RIVERSIDE CA 92503 Riverside CA 92503 RIVERSIDE CA 92513 Riverside CA 92503 Riverside CA 925D3 Riverside CA 92503 Riverside CA 92503 Riverside CA 92503 RIVERSIDE CA 92503 RIVERSIDE CA 92503 RIVERSIDE CA 92503 CA Riverside CA 92503 Riverside CA 92503 Riverside CA 92503 HIGHLIGHT ELECTRIC . ..... ..... . ** CUSTOMER LIST ** Page 4 Customer List, By Customer Name 06/14/0c ID NAME ADDRESS 1 ADDRESS 2 CITY STATE ZIP CONTACT PHONE FAX NOTES 97011 MBE /MCM 08-446004 9920 Arlington Ave. Riverside CA 92503 Peter (909) 352-2490 (909) 352 1288 99050 MCM CONSTRUCTION, INC. P.O. BOX 620 NORTH HIGHLANDS CA 5660 HARRY,JIM.ED (916) 334 1221 (916) 334 -0562 98030 METRO BUILD.& ENG.GRPLTD 2610 AVON ST. SUITE A NEWPORT CA 92663 (949) 515 -4350 (949) 515-4351 98038 Mike Ahmadi Const. &Eng. 133 N. Pixley St. Orange CA 92868 Mike Ahanadi (714) 538-5156 (714) 538-5157 98031 MODERN ALLOYS 11172 WESTERN AVE. STANTON CA 90680 JOHN,JUDD,LETTY,MICK (714) 893-0551 (7141 895 9924 98043 MODERN ALLOYS I1172 WESTERN AVE. STANTON CA 90680 JOHN,JUDO,LETTY,MICK (714) 893 0551 (714) 895-9924 99047 MODERN ALLOYS 11172 WESTERN AVE. STANTON CA 90680 JOHN,JUDO,LETTY (714) 893 0551 (714) 895 -9924 00078 Modern Alloys 11172 Western Ave. Stanton CA 90680 John, Steve, Letty (714) 893-0551 (714) 895 9924 ' 1 PAVE TECH, INC. 333 6TH STREET NORCO CA 91670 JIM A. (909) 736-0654 (909) 736 2129 98040 RIVERSIDE CONST. CO. 111 N. MAIN ST. RIVERSIDE CA 92502 GENE,GEORGE & (909) 682-8308 (909) 682-8350 99046 RIVERSIDE CONST. CO. 111 N. MAIN ST. RIVERSIDE CA 92502 GENE.GEORGE & Chuck (909) 682 8308 (909) 682 8350 99056 RIVERSIDE CONST. CO. 1'.1 N. MAIN ST. RIVERSIDE CA 92502 GENE.GEORGE & (909) 682 8308 (909) 682-8350 99067 RIVERSIDE CONST. CO. 111 N. MAIN ST. RIVERSIDE CA 92502 GENE,GEORGE & (909) 682-8308 (909) 682-8350 00081 RIVERSIDE CONSTRUCTION CO 111 MAIN ST POST OFFOCE BOX 1146 RIVERSIDE CA 92502 DICK,GEORGE,MATT,JUL (909) 682 8308 (909) 683 8350 00080 RIVERSIDE CONSTRUCTION COMPANY III MAIN STREET P.O. BOX 1146 RIVERSIDE CA 92502 GEORGE. MATT, DICK, (909) 682 -8308 (909) 682 -8350 99070 SEC ENGINEERING P.O. BOX 148 CANOGA PARK CA 91305-01, HAMID,ALFONSO.LISA (818) 251 -9909 (323) 276 9598 US Postal Service has notified that the previous address of 20335 Ventura Blvd. Suite 11205 0200) Woodland Hills, CA 91354 (91364) has changed. The new address is P.O. Box 148 Canoga Park. CA 91305-0148, 1 noted changes on 617100 (PMJ). HIGHLIGHT ELECTRIC ID NAME CONTACT PHONE • ** CUSTOMER Customer List, By ADDRESS 1 FAX NOTES LIST ** Customer Name ADDRESS 2 CITY STATE Page 5 06/14/00 ZIP 98034 South Shores Res.& Comm. Dev. DBA Summit Landscape Construct 2200 S. Fairview Santa Ana CA 92704 Don Kansteiner (714) 434-1190 (714) 556 5651 98036 SULLY MILLER CONT.CO#200 1100 E ORANGETHORPE AV ANAHEIM CA 92801 RAY,AL (714) 578 -9600 (714) 578 9672 99060 SULLY MILLER CONT.0011200 1100 E ORANGETHORPE AV ANAHEIM CA 92801 RAY,AL (714) 578-9600 (714) 578 9672 98035 SUMMIT EANOSCAPE SERVICE 2269 A WILL WOOL DR. SAN JOSE CA 95112 MIKE (408) 271 9170 (408) 271 9171 0000 SUSPENSE CA 97002 TRANSTECH 624 BREA CANYON RD. WALNUT CA 91789 ALI CAYIR (909) 595 8599 (909) 595-8863 97004 TRANSTECH. 624 BREA CANYON RD. WALNUT CA 91789 ALI CAYIR (909) 595-8599 (909) 595-8863 97006 TRANSTECH 624 BREA CANYON RD. WALNUT CA 91789 ALI CAYIR (909) 595 8599 (909) 595 8863 99057 UTAH PACIFIC CONST. CO. 40940 ELEANORA WAY MURRIETA CA 92552 564 LOREN. ELIZABETH (909) 677 9876 (909) 677 6742 99077 VANCE CORPORATION 2271 N. LOCUST AVE. RIALTO CA 92377 PAT JOHNSTON (909) 355 4333 (909) 355-4339 99053 WILLIAM P. YOUNG CONST. 151 OLD COUNTRY RD..A SAN CARLOS CA CA 94070 WILL SMITH, LANI (650) 620 0900 (650) 620 9484 HIGHLIGHT ELECTRIC ID NAME OWNER • ** JOB LIST ** Job List, By Job # ADDRESS I ADDRESS 2 PHONE FAX NOTES CITY ST Page 1 06/14/00 ZIP uw78H 07 -OA732 MBGR Department of Transportation 1120 N Street Sacramento CA 95814 - Caltrans (714) 893-0551 (714) 895-9924 00079H 11- 230504 CALTRANS /DISBURSMENT OFFICER P.O. BOX 942874 SACRAMENTO CA 94274 -0001 CALTRANS (858) 715 -5633 (858) 2685126 OOO80H EA016464 RTE.90 CITY OF YORBA LINDA 4845 CASA LOMA AVE. YORBA LINDA CA 92886-3364 CITY OF YORBA LINDA (909) 682 8308 (909) 682-8350 00081H UPLAND LANDFILL PROJ. 8648 PUBLIC WORKS DEPT.,EOA 460 NORTH EUCLID AVE. UPLAND CA 91786-4723 CITY OF UPLAND (909) 682-8308 (909) 682-8350 00082M 08-418324 (Belair-West) Caltrans District 08 1120 N Street Sacramento CA 95814 - Caltrans (909) 352-2490 (909) 352-2499 97001 11-194834 IN BRAWLEY CA CALTRANS 97002 MAIN ST. /FREEHON ON MAIN ST. CA 97003 STPLH 5111(005) BEVELY BL. MAG. CITR CA CITY OF WHITTIER 97004 S.I.0 INSTALL IN SAN MARCOS CA CITY OF SAN MARCOS 97005 A3 0434,STPLG 5956(021) LINDSAY ST /MISSION B CA CALTRANS 97006 MAIN ST @ HUNTIN MAIN ST. CA CITY OF ALHAMBRA 97007 RTE.71 08 356404 RTE. 71 RIV. CO. CA ORANGE COUNTY PE & R 97008 MBE /CORONA VARIOUS LOCATIONS CA CITY OF CORONA 97009 MBE /FLEMING /ART 08 324204 OAKHILL CA CALTRANS DIST. 08 97010 MBEJE.L. YEAGER 446404 08-446404 CA CALTRANS DIST. 08 97011 MBE /MCM 08-446004 08 446004 CHINO HILS CA CALTRANS DIST. 08 97012 MBE /MCM /60171 60171 CA CALTRANS 9; MBE /ASPAHLT INC. 11 061804 RANCHO BERNARD CA HIGHLIGHT ELECTRIC ** JOB LIST ** Job List, By Job # ID NAME ADDRESS 1 ADDRESS 2 OWNER PHONE FAX NOTES M14 12- 0124U4 91 WIDENING CAL TRANS 97015 12 012504 91/57 FWY CAL TRANS 97016 08-043504 15/58 BARSTOW CAL TRANS 97017 MBE /CITY OF BUENA PARK CITY Of BUENA PARK 97018 06-281864 15/66 FWY CALTRANS 97019 08- 350704 E.L. YEAGER 15/40 BARSTOW CAL TRANS 97023 07 180404 COFFMAN RTE 14 PALMDALE /LANCASTE CALTRANS 97024 CDOT 11 222704 II-SD-8 4.3/16.9 CALTRANS MBE ELECTRIC /11060104 SAN DIEGO CAL TRANS 97123 OLYMPIC BRIDGE LA OLYMPIC BRIDGE CITY OF LA 98025 COOT 11 022204 NA RI NA VAR, LOC. HWY. PLANT CALTRANS 98026 COOT 08-379004 BARTON RD 11711 Sterling Av. G CALTRANS 98027 07 455104 DIAMOND BAR PR DIAMOND BAR BL.PARK RIDE CALTRANS 98028 PROJECT 7995 SANTA ANA 101 W. 4TH ST. CITY OF SANTA ANA 98029 08-368204LENWOOD CALTRANS 98030 98 055 SAPPHIRE 08443221 SANBAG 98031 12 069604 57 SOUNOWALLS CALTRANS 98032 07- 185304 405 SOUNDWALLS CALTRANS Barton Rd. • Page 2 06/14/0[ CITY ST ZIP CA CA CA CA CA CA CA CA CA CA CA CA CA. CA CA CA CA CA i� HIGHLIGHT ELECTRIC ID NAME OWNER 98033 978 52 OLD TOWNE(ORANGE) CITY OF ORANGE 98034 08-366804FONTANA IRRIGAT CALTRANS 98035 07 023194 HWYlO1LANOSCAP CALTRANS 98036 07- 1187C4 SANTA MONICA CALTRANS 98037 T/S & S/L INDIO CITY OF INDIO 98040H PW9703 TEMECULA CITY OF TEMECULA 98041H 11 139404 LEHIGH CALTRANS 98042H A3-0421.0425.A6 CO. OF RIVERSIDE 'H S/W DREAMWORKS DREAMWORKS ANIMATION 98135 COOT 08.40168 METROPOLE Caltrans 98147M Rte 215 San Bernardino Caltrans 99044H CHAPMAN UNIV. CHAPMAN UNIVERSITY 99045H 08 2015U4 Hwy.Planting CalTrans 99046H Madison Ave.5620 City of Riverside 99047H 08-458724 Caltrans 99048M WINCHESTER /YENZ PW 97-06 CALTRANS 99049H FLORENCE P#99015 CITY OF HUNTINGTON PARK 99050H 12-013334 55 /KATELLA CALTRANS • ** JOB LIST ** • Page 3 Job List, By Job 11 06/14/00 ADDRESS 1 ADDRESS 2 CITY ST ZIP PHONE FAX NOTES VARIOUS LOCATIONS DIST.B INDIO CA /Clinton st. WINCHESTER ROAD WIDENING Rte.B Median Barrier MISSION BLVD GLENDALE Adams Street 91 FWY Route 215 08-007114 333 N. GLASSELL Rte. 60 PM R7.4/R14.0 Madison Ave. 08-SBd- 30-R37.2R37.5 FLORENCE AVE. ROUTE 55 AND KATELLA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA CA HIGHLIGHT ELECTRIC ID NAME OWNER 99051H 08- 344704 RTE395 /PHELAN CALTRANS 99052H 12-013344 55 /1-INCOLN CALTRANS 99053H 08 389304 COLTON LOMA LI CALTRANS 99054H 08= 458804 RTE 60 MORENO CALTRANS 99055M 95 11 Overland Bridge City of Temecula 99056H RTE 10 /MILLIKEN 9394-20 CITY OF O,ITARIO 99057H GROVE BASIN SAN BERNARDINO CO.FL000 9905811 07-41204 IO /VERMONT CALTRANS �H KRAMER SL (12 937184) CA TRAiiSPORTAION CO.L.P. 99060H MAIN ST, S/M 99384C CITY OF BARSTOW 99061H Seg.5 99044 30ROCH /ETIWA SANBAG 99062H SEG.7 99045 3OKNOX /SIERR SANBAG 99063H VICTORIA AVE. ST /STORM CITY OF HIGHLANDS 99064H 08- 452804, INDIO CALTRANS 99065H KATELLA 989 44 CITY OF ORANGE 99066H PW98 -07 S/B AUX LANES CITY OF TEMECULA 99067H PW98 -08 AUX RANCHO CALIF CITY OF TEMECULA 99058H PEPPER /RANDALL #9903 CITY OF SAN BERNARDINO • ** JOB LIST ** • Jab List, By Job 0 ADDRESS 1 ADDRESS 2 CITY PHONE FAX NOTES GROVE & RIVERSIDE RTE.91 @ KRAMER BL. E. MAIN ST. MURIEL /YUCCA 220 E. MOUNTAIN VIEW ST. 30 ROCHESTRER /ETIWANDA 30 W/O KNOX-E /O SIERRA ROUTE 10 AND 865 STRUCK AVE. TO SR55 HIGHLIGHT ELECTRIC • * JOB LIST ** • Page 5 Job List. By Job # 06/14/0[ ID NAME ADDRESS 1 ADDRESS 2 CITY ST ZIP OWNER PHONE FAX NOTES 9yu69H Herald St. Rehab CA Clty of Redlands 99070H 08- 488504 RTE.10 -PEPPER TO 10/215 CA CALTRANS 99071H LENWOOD /HIGHPOINT (PUG) �ENWOOD @ RTE. 15 16533 D. ST. VICTORVILLE CA 92392-1377 PRIVATE CFJ PRPOP.,FLYING "J" (760) 245-1377 (760) 245-7254 99072H 07 183704 MEDIAN BARRIER POMONA CA CALTRNAS (949) 724-0264 (949) 724-0267 99073H K99244C SR 56 PHASE IMPV. SAN DIEGO CA CITY OF SAN DIEGO (909) 684 5360 (909) 684 1644 99074H The Estates C/O Johnson Prop.Sales /Market 1779 Florida Ave.: Suite A 1 Hemet CA 92544 - Johnson Prop. Sales /Marketing (559) 905-8889 (909) 766 8684 9907SH 00 041 RFE 30 HAVEN & MILLIKEN RANCHO CUCANIUNGA CA SHABAG 99076H PEREZ & PALM (TRAFFIC SIGNAL) CITY OF CATHEDRAL CITY 68700 AVENIDA LALO GHERRERO CATHEDRAL CITY CA 92234 -7031 CITY OF CATHEDRAL CITY 0' -'7H T/S MEYERS /FLORIDA PROJ 45382 CITY OF HEMET (PUBLIC WORKS) 3777 INDUSTRIAL AVE. HEMET CA 92545 CITY OF HEMET (909) 355 4333 (909) 3554339 CLOSED MISC J08S FOR MBE CA H98038 12 0604'4 lake Forest Dr.5 /405 CA CALTRANS M98039 12-059234 PCI 5 /Katella CA CALTRANS SHOP SHOP CA MBE ELECTRIC ** COSTOMER LIST ** • Customer List, By Customer Nate ID NAME ADDRESS 1 ADDRESS 2 CONTACT PHONE FAX NOTES 9E147 A.F.R. Construction 11 No. Fifth Ave. Arnold (626) 358 2505 (626) 358 5614 11982 AOA S & SMIK INC. 6883 Sportsman Drive Anthony ilill (31C) 632 5604 (31C) 632 5828 97113 ASPnALT IN G'dPi J. 6;91 561-8500 (619) 561 0053 E40G0 ATLAS URO;RGRB 4wG CO. P.O. BOX 951 CrRISTA LCYA (909) 565 5710 (909) 465 5730 02190 8 ANLu G ELECTRIC INC. 63S S. I4.4'�NJT ST. STCVE KLAS4A (3'=0) 694-5445 (31C) 691.8659 29030 S_.,., VA]- Y PAV_Cc P.O. B0;( 1588 G'JcS (909) 86647ac (909; 85684 e I C 'hy S66-3612 (3)C) 83665 C0188 Sela:re west Landscape, lr- 7371 Walnut Ave. Oar (714) 523.9230 (714) 523 920'_ rtoce & Coesi.Co P.C. Box 429 o f U."..lcheal K ny (909) 35C 353 (909) 's SC 9.049 20280 5R'TOCO ENGTN'EERING CONS P.O.BOX 429 Jeff M1"'cFeal King (909) 350 3535 (9)9) 350.9049 25'_911 BRCT)iQ E ?SPIEERiNC CONS P.C.9O;X 429 (909125C-3535 (9091 ., w 9049 2928) BRJ ?0CC z^GINF-ERING CONS P.O.BOX 429 Jeff M. /Micheal King (909; S50-3535 (909; 350-9G49 97108 6RU1OC ENGiNEERiNG CONS P.O.BO% 429 Jeff M. /Micheal Kin; (909) 350 3535 (909) 350 9049 3794C C.A. RAS4"JSSEN, !NC. 5C1 N. Smith Av.STE' -11 Gary "rv,Mike (909) 273-8363 (909) 278-8386 00304 C.C. MYERS INC. 3286 Fitzgerald Ro. Dewey C. Lee, Jr. (916) 635-9370 (916) -35-1527 CCM °0 C.C. MYERS INC. P.O. BOX 2948 Dewey C Lee Jr. (916) 635 -93/0 (9i6) 635 -1527 CCP02 C.C. MYERS INC. P.O. BOX 2948 OEWEY C. LEE J.R. 19161 635-9370 (9I6> 635 1527 99151 C.C. MYERS INC. P.O. BOX 2948 PEWEY,CLINTON MYERS (916) 635-9370 (916) 635-1521 i256d FIuHW ?.Y 67 3765 1.14 F_ PAY AVE. 917- CEi.J0 La Pabra CA. 91708 095: CA 9063: ETC 3zA.R 'A.KF CA Page 1 06/14/06 CITY STATE ZIP Arcadia CA 91006 LONG BEACH CA 90605 LA��5i0E CA 92049 3765 1.14 F_ PAY AVE. 917- CEi.J0 La Pabra CA. 91708 095: CA 9063: ETC 3zA.R 'A.KF CA 92< 5 6aera Park �� 90620i759 14301 S ?over Ave. ..r.aea CA 92334 FC'i GA 'bA G7 i3C CA 92334 FONTANA CA 92334 CA 92334 236) S'nasta4lay Sin0a! .Ca93K5 Corona CA 91720 3286 FITZGERALD RD Ra�cho Cordova CA 95742 RANCHO COROOVA CA 95741 RANCHO CORDOVA CA 95741 RANCHO CORDOVA CA 95741 j KBE ELECTRIC ID NAME ADDRESS 1 CONTACT PONE FAX ** CUSTOMER LIST ** • Customer List, By Customer ha,e ADDRESS 2 NOTES 32490 CA DOT 08 (08- 324904) 247 WEST THIRD ST. GODWIN EMU'H (909) 383 -7534 (909) 383 -7492 W951C CA!FON CONSTRUCTI08 INC. P.O. BOX 7 VINCENT, KAREM (909) 820 -7545 (909) 820-4344 010135 CBPO OF AMERICA 3390 CARMEL VAL!_EY R0. PAULO S1j1--`:dED1:V1 ,818) 506-256) (818) 906 -7937 12094 COOT 07 (07-1209A4) !1100,E E. AUESIA BL LUXE NG!JYEN. P,.E. ;562 B65 4174 ;562) 865 5943 97125 CDOT 11- 050104 7177 OPPO.UUhITY Ru. ViNCE 8Y3NES 1619) 467 -4094 (619) 457 4-382 06900 CncMO C09STR'JCT10N ;4425 JCAN3R!OGE ST DICK'. (813) 96 ,5132 ;8!8) 9803887 Ni 5i'v' CityGY Al.9 a!mra :i Sc. Leroy.A'. C.,Terry ;8181 570 -51162 (8!8) 57'J� 09534 City c`.'':ha ^bra i!! Sc. First St. Leroy.A;i C..Terry J (818) 5705062 (818) 2825833 CITY IF A'_HANSRA !11 S. FIRST STREET' (818) 570 5062 (818) 282 0833 97114 CITY O= 8U'EA-A PARR 6850 BEACH 8L. JIM V..PACL G.. 014) 562 3682 ;71x,) 562-3677 97115 City o` Ccro ^a 8!5 (Jest Sixtn St. C4cDRE. !_.. GUANG .. (909) 7 30-2259 (9C9i WSTRN CITY V LA BO OF PAI 200 N. SoRiNG ST.RM353 JAMES A CIBSUN (213) 485-3381 FIG50 CITY OE ;A BD OF P/W 280 N. SPR_Nc ST.PM353 CAM'S A MSON (213) 485-3381 MARTC CITY OF LA 30 OF P/W 2130 N. SPRING ST.RM353 JAMES A GIBSCN (213) 485 3381 (213) 485-3381 GARO :N CITY OF LA 80 OF PIN 2Ct) N. SPRINlu ST.P.N353 JAMES A GIBSON (213) 485 3381 (213) SANPD CITY OF '_A 3D OF PAb! 200 N. SRR'NG ST.RM353 JAMES A GIBSON (213) 485 3381 HUNT[ CITY OF LA BD OF P/W 200 N. SPRING ST.RM353 JAMES A GIBSON (213) 485-3381 R6294 City or Long Beach P.W. 333 W. Ocean Blvd. Larry Kayes (310) 570.6383 (31C) 570 6012 CITY HA;L Page 2 C6 /14 /G CITY STATE ZIP SAN BERNAROINO CA 92403 RIALTO CA 92377 SAN UIEGC CA 92130 CER'R;TOS CA. 93703 SA`! DIEGO CA 92111 BA: CWIN PAR'.( CA 91706 „ '.am: ra CA 9180. A'.hambra CA 91813'_ ALPAM8R.A CA 91813; MENA P.AR;i C 90621 Corcr.a CA 91718-0%, LOS ANGELES CA 9C0!2 LOS ANGELES CA 90012 LOS ANGELES CA 9CO12 !CS ANGELES CA 90014 LOS ANGELES CA 90014 LOS ANGELES CA Long Beach CA 90802 MK ELECTRIC J SC NAME CONTACT 137 25C` PHONE • ** CUSTGMER Customer List. 8y ADDRESS 1 FAX NOTES LIST •* • Customer Nave AGGRESS 2 CITY STATE Page 3 G6/;47C° ZIP TEMP', CITY OF LOS ANGELES . 53 2000 N. SPRING STREET RM 353 F u.',:,, `,i_L�_ LOS ANGELES CA (619) 245-1377 BERNARD GALLIE - CUNNING:AY. 'DAVIS CORP. '11062 95126 City of P'arrieta 6ILL.JG =`i 26442 BecKwr. Court 823-3031 Murr,eta CA 92562 97116 Hook Moh', (9C9) 698 -1040 (909) 698 -4509 6 Pomona Rd. Corona Oaie Yeager 93743 CITY OF C ?ITARiO (909) 372 95C9 303 EAST "3" STRcET CIT'i 'r =.L1_ 425 S. 2 11VIE -4- %RCHAS`': —' CNTAR;3 CA 91761 P.C. HAROLD REE3S (9!'91 391 2517 (909) 391-067; (619) 537 37,D (6.9) 537 3751 322C3 City or Redlands Co. P.G. Sox KOS 11232 RedlanCS CA 9237 David Lee Afar; H. G ;ffitns (9C9) 7987655 (909) 793 7570 22750 E.L.YEACER 97120 City of San Jacinto R:VERSIDE 2G1 E. Mzir St. DALE YE -.GER Sa,i Jacinto CA 92583 (939) 684 -1644 Habib M.,Pzm Lee (909) 9436504 (909) 943-8416 1995 AGU,4`14.NSA RD. P.O. 81( 87 RIVERSIDE 158TR C1TY' OF S ^J Tr. GAT-_ 684-5360 8650 tA':FORN:A AVE . (90) 6841644 S'''r GATE CA 902cc t"N., B..SP =IGJ =,SUB (2131 5c3 95'0 (23:) 563 e11 DALE YEAGER (909) 684-5360 225 -CO. U-F u u=R r,,Rb,- ; ,n ..'J .47 .. .. .. ._ .. . >... ._. .., 8�';VA �.,. �1'x CA 9_' . �.._ CA. 923'.2 CA 92337 CA 91720 CA 92160 CA 9Jca0 2 CA 92502 CA 92502 CA 92509 CA 92509 CA 92509 I CA 92509 137 25C` (909) 383 3288 (9C9) 387 297C r i f O_ COO, E ^. os Ou cY ...5 .U61L: +: IN.' ��. . 53 � P,tL STREET F u.',:,, `,i_L�_ (619) 245-1377 (619; 245-7254 - CUNNING:AY. 'DAVIS CORP. '11062 MT LB -R;RY A'.''E. F0:'tii ANA. 6ILL.JG =`i (909) 823-3031 (939) 822'7515 97116 D.G. Yeager Const. Co. 1474 6 Pomona Rd. Corona Oaie Yeager (909) 272.4533 (909) 372 95C9 00034 DALEY C- ;WRAM)h P.C. Box 509018 7220 Trade S.. ir200 (Z C ;2121 SAY O "SEGO A.).4slS (619) 537 37,D (6.9) 537 3751 1279-., Doty Bros. - L-gvprant Co. 11232 E. Firestone Bi. Norwa i k David Lee (310) 864-6566 (310) 864 6052 22750 E.L.YEACER 1995 AGOAMANSA RD. R:VERSIDE DALE YE -.GER (909) 684-5360 (939) 684 -1644 TA004 E.L.YEAGER 1995 AGU,4`14.NSA RD. P.O. 81( 87 RIVERSIDE DALE YEAGER (909) 684-5360 (90) 6841644 P. 1214 E.L.YEAGER 1995 AGUAMANSA RD. RIVERSIDE DALE YEAGER (909) 684-5360 (909) 6841644 _272 E.L.vEA;ER 1995 AGUAMANSA RD. RIVERSIDE LARRY,CLIF'F (909) 684.5360 (9C9) 68416 -4 04350 E.L.YEAGER 1995 AGUA",.ANSA RO. RIVERSIDE LARRRY, CLIFF. PON,JIM (909) 684 5360 (909) 6841644 44640 E.L.YEAGER 1995 A.GUAMANSA RD. RIVERSIDE JIM,CARL,LARRY (909) 684 -5360 (909) 684 -1644 CA. 923'.2 CA 92337 CA 91720 CA 92160 CA 9Jca0 2 CA 92502 CA 92502 CA 92509 CA 92509 CA 92509 I CA 92509 I` MBE ELECTRIC 1 ID NAME CONTACT PHONE • CUSTOMER Customer List, By ADDRESS 1 FAX NOTES LIST ** • Customer Name ADDRESS 2 CITY STATE Page 4 06/14/00 ZIP 01250 E.L.YEAGER 1995 AGUAMANSA R0. RIVERSIDE CA 92502 Carl Boyer,Jim Cruz (909) 684-5360 (909) 684-1644 O124U E.L.YEAGER 1995 AGUAPIA:VSA R8. RIVERSIDE CA 92502 Carl Boye,,Gim. Cruz (909) 684-5360 (909) 684 -1644 971!9 E.I.YEAGER 1995 AGUAIANSA nJ. R- VERS10 CA. 9250 Ca,l Boytr,Jim Cr::z (909) 684 5360 (909) 684 1644 SPR °C Eastland Construction Inc. P.O. Box 6301 Sao, Ben:ardino CA 92412 j Glenn (909) 884 -5526 (909) 884.0989 1:101 EBENSTi -t0 CO. 5311 Oerry Ave. SUITE i AGCURA HILLS CA 91301 CHUCK,JO'aN (818) 7060608 (88) 707 9965 C76-16 FCI Cons.*.ructors 12777 H1GF. BL9FF U.20C SAN UIEGO 2130 -20 [c i2._..CtN,:,,IM (838i 431'6 -M (B58) i:a2 -5794 Fri Fri C3i,�T.cl TO«S 12777 ..,,: __,,.' -r C' 7.1 -,^- LAWRENCE GcMORE (858; 481 6900 (858) 48; 8611 20260 FCI CONS.uRCTORS 12777 HIGH BLUFF DR.200 SAN G1EGO CA 92130 2C:i Ken Dar`nrd,14i1,Kare (858) 48' -6900 (858) 792 5794 l CC CO:dS dRC'ORS 12777 r.1GH 8'_UF` 03.200 SAN ()'EGO CA 92130-20_% Ka;. (858) 48:-6900 (858) 793-3611 93133 . CG:`iS URC vRS 12777 NIGH B_nr`F 0;3.200 SA`! DIEGO CA 92130 ZC.: Ker. (858) 481 6900 (858) 792 5794 3242 Fle;irc! .A,A.,tuko%4rh 6130 VALLEY V EIJ ST. 83ENA PAR( CA 90620 J� Aitl1 1714'1 9943551 (114; 994.2305 35090 C.a^ite onst,ul-tio^ Co. P.O. Box 902500 Pd'.S-pole CA i 93590 20—v, 805) 726-440 (805) 726.4460 19624 GRAFiiT, CONSTRUCTION CO. 38000 MGNROE STREET iNoll GA 92203 JOHN "'CASE (760) 775 7580 (760) 715 8228 GRA,Ni GRANITc CONSTRUCTiGN CO. 38000 MONROE STREET I.010 CA. 92203 JONN MCCABE (760) 7757500 (160) 115 8227 30650 GRIFFITH COMPANY P.O.BOX 70167 BAK'RSFEILD CA 93387 -6[5 CA`. (805) 8317331 (805) 831-0113 50100 HAR30R DEPARTMENT 926 HAIR& °,R PIAZA LONG BEACH CA 9G802 PEGGY CHAMBERS EXT.6 (562) 570 6361 97109 HAUSCH LD CONSTRUCTION 7 WRIGLEY, SUITE -C IRVINE CA 42618-271 RUSS C. (714) 768 0955 (714) 768 3921 97111 HERITAGE CONSTRUCTION P.O. BOX 850 0NTARIO CA 91762 DIECO (909) 397 4000 (909) 865-2098 I Z 'MBE ELECTRIC 1 ID NAME CONTACT PHONE • * CUSTOMER Customer List, By ADDRESS 1 FAX NOTES LIST ** • Customer Name ADDRESS 2 CITY STATE Page 5 C6 /14 /GC ZIP HERil HERITAGE CONSTRJCTO'IGN CO. P.O.BOX 850 ONTARIO CA. 91762 11244 PIPELINE' AVE. POM'.ONA CA 9i766 RICK G. /LEE (909) 397 4000 (909) 8652098 9iHE9 HERMAN WIESS;2ER INC. 2820 INDUSTRIAL DRIVE BLOOMINGTON CA 92316 RO.N POLITE OR HA'_ :909) 8772470 (909) 877 -9185 106 HIGH. LIGHT ELECTRIC !610' 1 ^. L ?N:EW GR. PER.Ris CA 92;70 ERWIN M"VnOZA (909) 352 9646 (909) 3522921 IG7 HIGH LIGBT ELECTRIC !6101 MU_TiV "cW DR. PE3R:S CA 922570 ERV•lIN M5NC3ZA (909) 3S2 9646 (909) 3522921 97110 HIGH LiGcT ELECTRIC 16101 MU!TIV?EW DR. PERR'..S CA 92570 ERWIN MEADOZA (909) 352 9646 (939) 352.2921. 97121 5iGH L :C4.i ELECTRIC 16,01 MULTiVIEiJ C.P. PER3i, CA 92510 E:?'•JIP. N•EVC�eZA ('9 "s9; 352 -9645 (909) h2 -292, L:C:IT EIEC; IC 6i i YiULT:' 1.;W G3. ER' ?S — 9 %5�° hf'.QOC7 (9J5) 3529646 (909' 352 292 98132 H'GH LIGHT CLEC-RTC 16101 MULTsVIBW DR. PEP,31S CA 92)70 ' ER?JUi NV;630ZA 909? 3529646 (9,39; 352 2921 + H O_ El- EC .n.., i U � .. ";'1 @.J ON PERRIS i LA 92570 i E:4IJ ; ?! flEf ;r2ZA (9C9) 352.9646 ;90,9) 352 29_ 21 j 98137 H ?G 't1GNT ELECTRIC 16101 NluLi !VIEW C.R. PE ?viS CA 92_70 ERWIN MEN90ZA (909) 352-9646 ;3733 NIGF. LfG T ELECTR ?C 1610' h "a_rIViPW OR. PERRIS CA. 92570 FRW'fl h1- ' ;?07A (909) 3529646 98? FiGH LiSH' ELECTRIC 16101 MG'- TIVIEW S. PERRIS CA 92570 ERW ?N NENOOZA (999; 352 9646 (909) 3522921 i 5914) HIGH LIGHT ELECTRIC 16'_01 NU: TI'VIBv 03. PERRIS CA 92570 ER'41N r -NO07A (909) 352 -9646 - 58i41 HI G7 tiGHS ELECTRIC ;6101 MOLT7V18•J OR PERRIS CA. 92510 ERWIN MEN' 'DOZA (909) 352.9646 98142 HIC1 LIGHT ELECTRIC !6101 MUL-1 IVIEIJ CR. PERRRIS CA 9257C ERWIN MENC•OZA (909) 352-9646 981 -.3 E-C L NT ELECTR ?C 1610' MUL ? ?VIEIJ GR. PERRIS CA I 92570 ER "WIN MENDOZA (909) 352 9646 98144 HIGH LIGHT ELECTRIC 16101 MULTIVIEW DR. PERRIS CA. 92570 ERWIN MENDOZA (909) 352 -9646 (90,9) 352 2921 98145 HIGH LIGHT ELECTRIC 16101 MULTIVIEW DR. PERRIS CA 92570 ERWIN MENDOZA (909) 352-9646 (909) 352 -2921 'MBE ELECTRIC J ID NAME ADDRESS 1 CONTACT PHONE FAX CUSTOMER LIST ** • Customer List, By Customer Name ADDRESS 2 NOTES 98146 HICK LIGHT ELECTRIC 16101 MULTIVi:W DR. ERWIN MENCOZA (909) 352-9645 (909) 352-2921 98148 ?IGH LIGHT ELECTRIC 16101 MULTIVIEW DR. ERWIN h1ENDOZA (9)9) 352 9546 (909) 352 -2921 I 98; 9 'riGH Lfii4T E'_cCIRIC 16161 MULTiVIEW DR. ERtJiN MEIIILI A (909) 3529646 (909) 352-2921 99152 NIGH LIGH' ELECTR ?I 10101 NIIILTIVIEIJ 0?. ERWIN MEksOZA (9139) 352-9546 (909) 352 2921 99153 u.IGH tIG;T ELECTRC 16IC: M:;CTIV;EId Dt. ERWIN t1E CDZA (909) 352-9646 (9C9) 352 2921 ,C.,_ 99154 : -'IGd L.n� ELECTRIC 6101 N�UL- 11'IEIJ CR. 'RI IT F1Ep ;JCZA. (909) 352-964- (9%7 ; 3 -122921 L]i::❑ L.a 1 L-- i„(I Ic.Ut ✓_ ..,0111 ER'WI�'. ME'd7OZA (9C9) 3529646 (909) 352 -292' 99157 HIGS' ❑ G -'T €lECTR`C 16101 ML'_TPrlcld G4. ERWIN V -NC07A (9C9) 352-9646 (909) 352 292; HIG9. L"--, `_LECTR:C 1610'. M- TIV':7W 63. ERiJ1N MN,90ZA. (909) 352.9 -46 (909) 352 2921 99159 HIG LIG'ri ELECTRIC 16101 NIJLTI%lLW DR. ERWrN M--NOOZA (909) 352-9646 (909) 352-2921 99': -0 Hier- LIGHT ELECTRIC 16101 MULi?V1E41 DR. ERIti iN h1E 5�O ZA (909) 352964- (KC) 3522921 i 99161 HIGH LIGHT ELECTRIC 161101 MULTIVIEW DR. ERWIN NENDOZA (909) 352 9646 (909) 3522921 99162 'HIGH LIGHT ELECTRIC 16101 MULTIVIEW OR. ER'AIN MENDOZA (909) 3529646 (909) 352292' 99_5. HIGH LIGHT ELECTRIC 1-101 MU'_TIV;EW Dg. ERWIN MENDOZA (909) 152-9646 (909) 3522921 99161 HIGH LIGHT ELECTRIC 1610i P;U'TIViEW DR. ERWIN MENDOZA (909) 352 -9646 (909) 352-2921 99'. ;5 'r',IGH LIGHT ELECTRIC 15101 MU''LTIVIEW DR. ERWIN MEN00ZA (909) 352-9646 (909) 352-2921 99167 HIGH LIGHT ELECTRIC 16101 MULTIVIEW DR. ERWIN MENDOZA (909) 352-9646 (909) 352-2921 99158 HIGH LiG9T ELECTRIC 16101 MULTIVIEW DR. ERWIN MEN'DOZA (909) 352-9646 (909) 352-2921 Page 6 06!14(63 CITY STATE ZIP PERRIS CA 92570 PERRIS CA 92570 PERRIS CA 9257:. PERRIS CA 92511 i rERRiS CA 92-70 . ER?iS CA 9257 i P:HnI$ CA. 92H71 FERRIS CA. 9270 PERRIS LA 92570 RERRIS CA 92570 FERRIS CA 92570 PERRIS 1., 92570 °ERRi5 CA 92570 PERRIS CA 92570 PERRIS CA 92570 PERRIS CA 92570 PERRIS CA 92570 MdE ELECTRIC CUSTOMER LIST ** Customer List, By Customer Name IO NAME ADDRESS 1 ADDRESS 2 CONTACT PHONE FAX NOTES ! 99169 HIGH LICHT ELECTRIC 16101 MULTIVIE'W OR. ERWIN, MEINOOZA (909) 3529646 (909) 352-2921 9917-3 HIGH LIGHT ELECTRIC 16101 MULTIVIEW OR. ERWIN MENDOZA (939) 352 9646 (9-19) 352 -2921 99171 HIGH LIGHT ELECTRIC 10101 V'jLTI 'IT E'A DR. ER!dTN MEN;OZ1 (90) 352 9646 (909) 352-2921 99173 rIOH L1G'T E_ECTRiC 16101 MULTIV:EW DR. ERWIN MENCGZA (909) 352-9646 (909) 352 2921 99174 F:G- LiG4T ELECTRIC 1610: MULT VID-1 DR. E4'hiN llcNDOZA (909) 352.9646 (909) 352-24917 99175 AiGn LI "aNT ELECTRIC 16101 '!U.TitiiEW CR. R4: 1, MEP,)02A 9D9) 332 9640 (989) 352-2921 99176 ^i r., :LECT,iC ER4;!Pi M:N00ZA (909) 352 9645 (909) 352-2921 99:77 HIGH LIGHT ELECTRIC 1610'1 PPJ!.TIVIEI2 DR. ER'.,IN PENCOZ.A ;909) 352-9646 (9Jg) 352 29L -aS:i L!G3T ELECTRIC 1610'_ %L`VHW CR. 1. ER14IN P'!,ENOOZA (9091 352 9646 (9C9) 352 2921 99179 HIG'i LIB.-�T ELECTRIC P.C. BOX 7339 ER;J7'V (909) 3259646 (909) 3522921 991017 41CH L:3HT ELECTRIC 16101 M'JLTIViEF; vR. :R'diN N1:NG07A. (509) 1525646 (919) 352 2921 9918' HIGH _TGH7 ELECTRIC P.O. BOX 7339 ER14I!N ii -NDOZA (909) 352 9646 (909) 352-292i 99:82 '!GH. Li69T ELECTRIC P.C. BOX 7339 ERWIN (90'9) 3529646 (969) 3522921 99183 HIGH LI6HT ELECTRIC P.O. BOX 7339 ERWIN MENDOZA (909) 3529646 (909) 352-2921 00184 High Light Electric P.G. Box 7339 Erwin (909) 352-9646 (909) 352-2921 00185 HIGH LIGHT ELECTRIC P.O. BOX 7339 ERWIN MENOOZA (909) 352 -9646 (959) 352-2921 00186 NIGH LIGHT ELECTRIC P.Q. BOX 7339 ERWIN (909) 352 -9646 (9)9) 352 -2921 00187 HIGH LIGHT ELECTRIC P.O. BOX 7339 ERWIN (909) 352-2921 (909) 352-9646 Page 7 D6 /14 /CC CITY STATE ZIP PERRIS CA 92570 PERRIS CA 92570 PEPniS C-. 9257) PERRIS CA 9287-3 PEdnIS CA 92570 PERrcIS CA. 92570 :'ES CA 9257-1 P:R;:S CA 92:70 PERRIS CA 92570 Ri'- :RS'OE CA. 925!3 733 PER;R:S CA 9257D i R :VERSIDE CA 92513 732 RIVERSIDE CA 92513-732 RhrERSiCE CA 92513-733 RlveniUe CA 92513.73: I RIVERSIDE CA 92513 -732 RIVERSICE CA 92503 RIVERSIDE CA 92513-73; MBE ELECTRIC • ** CUSTOMER LIST ** • Customer List, By Customer Name ID NAME AODRESS I ADORESS 2 CITY CONTACT PHONE FAX NOTES Page E C6 /14/v< STATE ZIP 98127 HIGH LIGHT ELECTRIC /COFFMAN 16101 MULTIVIEW OR.- PERRIS CA 92570 ERIWIN MENCOZA (909) 352 -9646 (909) 352-2921 98136 HIGH LIGHT ELECTRIC /E.L.YEAGER 16101 MULTIVIEW DR. PERRIS CA 92570 EDWIN MENCOZA (909) 352 9546 (909) 352 -2921 98129 HIGH 'LIGHT ELECTRIC /MARDA LAN 16101 M.JLTIV7EW DR. PERRIS CA 92570 ER;•!IN MEN30ZA (909) 3529646 (939) 352.2921 97122 HIGH LIGHT ELECTRIC /mission /li 16101 MULTIVIEW DR. PERRIS CA 92570 ERWiN MENCOZA (909) 352 9646 (909) 352 2921 99iS5 HIGH LIGHT ELECTRIC /Madern All 161C1 MULTIVIEW OR. PERRIS CA 92570 EP,SJIN MENCOZA (909) 3529646 (909; 352 2921 58128 :: "iGN L'.G i ELECT.R(C!SEnRA.`i0 CO i6i0l ":d I't+ E4i OR. PER. - ",;S CA 925?v' (909) 352-9646 (919) 3522921 .-:A_.. h16- ERWIN MSNDOZA (909; 352 9646 (9+39; 352 292! 19483 HiGHLIGhT/E.L.YEAGER P.O. BOX 7339 R:VERSiOE CA 925.3 733 ERn'lN /C.?OYER-J.MOOR (909) 352-9646 (909) 3S2-2921 - HIGHtIG'3T /E.L.YEAGER P.O. BOX 7339 RPIERS:OE CA 9251373= ERWIN / L.ARRY CGBcs (989) 352 -9646 (909) 3j2 292 RI525 JDC GENERAL ENGINEERING P.O.BOX 3443 RANCHO WCA.MCNGA CA 9:729 JAMES OF AR,MONC (909) 899-484t (909) 899 4842 1'_022 KASLFR CORPORATIGN 2740' E 5:H ST H:6eLA.NO CA 92346 ED. PAT — UDY.JA,X,R�" is 09) 894 43:1 "JC ) 282-'=33 06029 KASLER CORPORATION 27400 E 5Tr Sf HIGHLAND CA 92346 ED.PAT,JODY,JACK,RBT (714) 8844811 (714) 862 8433 11016 Kasler Corooratior P.O. Box 387 Sae Beraardinc CA 92402 (909) 884-4811 i 2:330 KELLER CONSTRUCTION 9951 E. BA'_DWIN PL. H MONTE CA 91731 LISA,CON STOUFLE (818) 443-6633 (818) 44B-3101 THIS WAS FORMERLY SUMMIT \KELLER\ A JV COR? 99;72 LAMBCO ENGINEERING CA LARRY (714) - 4,,071 Manuel Brothers Inc. 107 N R�4chmas Fullerton CA 92632 Jim Ortiz (714) 871 4300 (714) 871-4442 11990 Manuel Brothers Inc. 107 N. Richman Avenue PDX 995 /GRASS VLY 95945 Fullerton CA 92632 Bob Fureby /Jim Ortiz (714) 871-4300 (714) 871-4442 97118 MARINA LAN9SCAPING, Inc. 11CO E. KATEL_A AVE. ANAHEIM CA 92805 Ali Tavakoli, Joe (714) 939 -6600 (714) 935 -1199 changed ther address from irvine to anaheim in late Jan. early feb. MBE ELECTRIC CUSTOMER LIST ** Customer List, By Customer Name ID NAME ADDRESS 1 ADDRESS 2 CONTACT PHONE FAX NOTES TO02i Mauch Corporation P.C. 83x 50000 Roy Barlett, Gave (909) 877 -2100 (909) 8251780 00041 Mauch Ccrporaticr. P.O. 83x 50000 Roy Barlett, Gave (909) 877 -2100 1975 f1cC :cneoa Coastructio.n Co. 394tL Pyrite Street H. McCdtchecc �'r. (909) 36D 0333 (909) 36C -0372 44610 MCN CONSTRLCTION P.O.SOX 620 'BARRY O.M/JIi`1 CARTER (910) 334 -1221 (916) 334 -0562 44600 MCM CONSTRUCTION P.0.50X 620 HARRY 0.N. /Jih1 CARTER (916) 334122': (916) 3340502 -:SIB P1CM CC- ",STROCTI04 P.O.BGX 620 cA' ?Y . ";J [I CAR °ER ;iC6, 3M1 :221 „'6) 334 ?562 .TARRY 4.'IIJIM CARTER (9!6) 334 1221 (9s6) 334 362 3841: 14P1 CO"STRUCTI "N, LNC. P.O. BOX 626 Harry O.Y /ifi. C.ovms i9i6) 334 1221 (916) - i<ETR ?D _E 25761 IE ?nRC 6L.. STE 73 ALEX JCSEP (114) 3309474 (7',4) 38C -9473 2C584 hIODERN A;.LOYS :1172 WESTERN AVE. JOHN R .;,RIP;; (114) 893 -0551 (714) 895 -9924 36830 MOCERN -'JOYS 1:172 WESTERN AVE. Ji,G7Wes 'C "ey.Jnrr. R. (714) 893 055' (7141 895 992a 38640 MODERN ALLOYS 11172 W.ST -RN AVE. Jud /Wes Grey.John R. (714) 893-0551 (714) 895-9924 02358 MODERN ALLOYS 11172 WESTERN AVE. J.;d/Wes Grey,Johr R. (714) 893-0551 (714) 8959924 05333 MODERN A'_LOYS 11172 tJESTERM AVE. Jcd /Wes Grey.John R. (714) 893 -0551 (714) 895-9924 97112 MJOERi, ALLOYS 11172 WESTERN AVE. Jud /Wes Grey,John R. (714) 893-0551 (714) 895 -9924 C74F1 MODERN A'_LOYS 11172 WESTERN AVE. Jcd /Wes Grey.John R. (714) 893-0551 07J28 MODERN ALLOYS INC. 11172 WESTERN AVENUE (714) 8930551 (714) 895-9924 5=644 MORRISON KNUDSON CORP. 11300 RED HILL AV.1r':50 ANNE.ER:C,DA'VE,806BY (714) 752-B360 (714) 752 -8361 CITY Page 9 O`o/i4/C1- STATE ZIP San Bernardino CA 92412 San Bernardino CA 92412 Riverside CA 92509-::2 1 NO. HIGHLANDS CA 95660 1C.9!Gr_ANDS CA 9560 0— h- Gh'LAIDS CA 95660 ,. H""-: :LANDS CA 55660 P.O. BOX 1632 ?A; {E FOREST CA 92630 -95; ST01 CN CA 90080 S- A.NTON CA 93' 83) STA "vTCN CA 90068 STA)ITON CA 90680 STANTON CA 90660 STANTON CA 90580 STANTON' CA 90680 STA NTON CA 90680 IRVINE CA 92714 MBE ELECTRIC iD NAME CONTACT • ** CUSTOMER LIST ** • Customer List, By Customer Name ADDRESS 1 ADDRESS 2 PHONE FAX NOTES J.A310 MYERS-POLICH A JV P.O. BOX TY POUCH (9116) 635-9370 (916) 635-1527 97123 NATIONWIDE / SCHIMMICK, J'V 24200 Claw"er Rd, Jelin Schi'.rntcX (510) 2931100 (516) 293 1110 1104 PAUL W. CRA.BTREE 2280 h10PiR; E S; . PATH W. CRABTREE (909) 688-0150 (909) 6886514 97117 PennalI Corpary 180: Pen:: ^.a':i Wey Kathy H.,Curt G +:lie[ U14) 772 6456 (7141 778-8437 02399 PETERSON / CHASE 1792 KAISER AVE. (714) 252-0441 (714) 252 0266 11978 RANDOM CO1rSTR' CT1G ^I CC. G.O. BOX 2608 GREG P "v.0S (2113) 944 0735 (213; 946-CC27 Raocosi Cc::_ ru<<. r1 a .: es 2689' RIVERSIDE CONST. CG. 111 No. `1a 1n It Gene. Richard (9091, 682-8308 (909) 682-8330 F-`� RIVERSIDE CONST. CO. lit iN.MAIii ST.PO.81146 GEORGE G.[VO,Gene (909) 682-83C (909) 682 8350 28180 RIVERSIDE COPTS`:. CO. 111 N.M1 SI.P0.61146 GEORGE OLI'vO,Gese (909) 682 8308 (939) 632-8350 99150 RIVERSIDE CONST. CC. 111 N.MAIN ST. ?0.81146 GEORGE OLIVO,Gere (909) 682-8308 (909) 682-8350 337730 Riverside Constrocticr. P.O. Box '146 (909) 682.8308 (909) 682 8350 CEDAR RIVERSIGEE CGNSTSTRUCTION CO. 111 NO. MAIN ST. GEORGE GLIVAS (909) 682 8308 (909) 682-8350 A2033 Riverside Camay 4080 Lea:or. St. 8th F'.. Fran F, Kay C•Cera'd (S29) 275-6740 (909; 275-6721 11323 Sully h111er Ccnvctg co 110C E. CR.ANGETrORPE Linda ,Newton (714) 578-960.0 (714) 578 -9672 SUMMI SUMMIT CCNSTRACTfNG P.O. BOX 2410 ART CHAVEZ (626) 357.9211 (626) 351-1060 17982 Sundt Corporation 51505 Polk St. Mike or Gor• (619) 3980935 (619) 398-C621 lwo/ THE CORNERSTONE COMPANY 350 W 16TH ST. STE.302 Michelle Minkier (520) 343-2200 (520) 343-0400 Page 10 06/14706 CITY STATE ZIP RANCHO COROOVA CA 9574' HAYWARC CA I i 94545 RI'VESICE CA 92513 Anahi2r CA. 92803 IRVINE. CA. 92614 SANTA FE SPRLCGS CA 90670 R ve °side CA 92502 RIV'ERS1OE CA, 92502-1'4f P,_'dERSIec CA 92502 RIVERSIDE CA 2505-1':46 Riverside CA 92502 P.O. BOX 1146 RIVERSIDE CA 92502-114,1: Riverside CA 92:01 Sul`:E :1 AN, AH-I Mar i C 92801 1824 Flower Avenue Daarte CA 91016 4101 E. Irvington Rd. Coachella CA 92236 YUMA CA 85364 l • M8E ELECTRIC ** CUSTOMER LIST ** Page 1; Customer List, By Customer Flame 05 /1'4 /GC I0 NAME A00RESS 1 AODRESS 2 CITY STATE ZIP CONTACT PHONE FAX NOTES 30711 VALLEY CREST LANDSCAPE 1920 S. YALE ST SANTA ANA CA. 92704 MIKE SAKEROO (7141' 545 -79)5 (714) 548 9524 5323W WAKEHA.M- BAKER, INC. 3:52 E. LA PALMA SUITE I ANAHEIM CA 92806 BOB WAKEcAM. TOM (71'4) 632-729" (71 4) 632-6795 999 YEAR I`0 AC "RUAL CA MBE ELECTRIC I0 NAME OWNER ** JOB LIST ** Job List, By Job it ADDRESS 1 ADDRESS 2 PHONE FAX NOTES CITY ST Page I 06/14 /OG ZIP 000414 RTE 74 ANO KIRBY CA I 00183M 12-059244 (P.0.11539 98-170) RTE. 5 @ CHAPMAN ORENAGE 1.4 CALTRANS (858) 481-6900 (858) 793 8611 00181A 07- OAC732 Caltrans 1120 N Street Sac'u rto CA 958:4 Catrans (909) 352-9546 (9391 332-2921 00185H 11-23050: HANSON SJH CONSTRJCTION P.O. 80X 639069 SAN 'DIEGO CA 92136-9069 CALTRANS (909) 352-9646 (9091 352 2921 CO186H EAC16464 RTE 9a CITY OF YOR31' LINDA 4P45 CAS.A LON3, AVE YORBA UNSA CA 92886-3364 C;TY Cr YGRBA LINDA (9)9) 352 9640 (909) 352-292'_ 00187H 0LANC LANDEILL PROD. 1/8648 7DBLIC WORKS OEPT., EDA 460 NO2TH EUCLID AVE. OP;A60 CA 91786-417D Cll CF JPLA.NO (909) 3522921 (909; ?529646 90188M 0-4182.24 Caltrans Dist OS 1'20 9 Suer Sacr3aer.to CA, 95814 (7'_4; 5_3 2JC .,_ 1-2 9_J' 010054 5 /5E, 'Armel Valley RG=c, San Diego CA Ca'. Trars I 0' ^ "U4 12 0124114 9' /FL'LLERTOP, 2501 P'J'_LMAN AVE. 11 CALTRANS 0125''4 H'WY 91irlJY 37 IN IN ANAF7EY. & PLACENT 12 01 25J4 CA CALTRAS 021904 55/91 F0 3 AND C ELECT. CCif LOC. j,'4 CA CAL -RA'iS 023854 SOJt;D'dA'.LS @RTE 5 RTE 5!0RR & DAY 2*02 CA. C10R+NS I 053504 RTE 15!58 INiE CHANGE W i STOW RTE 15!58 C8-0435C =. CA CAL TR.A %S 05333 4 RTE .N RAE ,�� sOui.DiJAS CO 'N 101 S/B CvV TO u� 07 ;03334 n, �a CALTRANS 053454 8-L AIR 5K'V 1017405 CONN. CA STATE U CALIFOR \IA 059214' RTE 5/22 SEFER.4T ORANGE CO 12-059214 CA CALTRANS 060294 CENTURY FINAL CLEAN -JP HAWTHORNE CA CALTRANS 0,,,,o4 215 Fwy @ Parris 215 Fwy and Nuevo Rd. CA State o= California ,16E ELECTRIC • ** JOB LIST ** Job List, By Job Ir ID NAME ADDRESS I ADDRESS 2 OWNER PHONE FAX NOTES • Page 2 06 /i4 /0v CITY ST ZIP C7J288 RTE. 60 CONCRETE BARRIER RTE. 60 BTW. PECK & SANT A;NITA IN EL MONTE CA 000004 1-10 Earthquake Projec-, RTE 10 @ Overland Ave to Ncreandie Ave/Up. crossg CA St of CA Dept of Trans 104 PAR�T'N LOi SUR. S/E CN'R. 13 & A'_M.OND CA. RIV. CO. SUP'R IF SC'nOCL 105 605 /ALCNDRA 605 /ALONDRA CA CALTRANS iCo SIC IvSTALL SNA MARCCS B'_. CA CITY OF SAN MAKOS 107 STPLH- 51i1(005) ST. LTG. 8EVER'.Y 8'_ CA GTY OF WPd,:TIER Pr^ 276- Wilra:ryton W4�.'Tirgton LA Ca. I]10iC Portola Project CA. T.C.A. "3= Ingleneca Park & Rid =, Crenshaw Elvd. 'n Inglaa�ooc CA Ca! Trans I18O9 ": riLLIPS RA ^:H R PiTUIPS R„ KI RD160 CA riT.Y Cr :HMI NO SILLS !9334 CCO WOR'�t ARTESiA. BLVD 8 SANTA FE A'vEN'JE CA CAL TRANS 1'197'B4 Sc',S:TiC Retroi'1't & = t;r OL;a6? d„- e Rerajr - Ri =. ]01 34 & 17C CA J ATE U' CA, TR.A'NS DEPT '119734 Norvla's Park & Ric? Sar. Gabriel River Brldge to Studeba'<er Road CA 119824 SEiSM'C RETROFIT INFORi11' ROUTES 917405010 CA CALTRA`S 119904 rCTV ICS FWY 105 fwy CA Cal TranS 12C9.A4 CCTV 605 FWY 605 FROM 105-10 FWY 07- 1209A4 CA 1272 East Nerport Reailgnnent H =met Ca. CA Metro. !Water Dist. (""WD) 1279D8 MUD Warren Bridg Newport Rd. /Warren CA MW IE.L. YEAGER 158TRF CITY WILE SIGNAL VARIOCS LOCATIONS CA CITY OF SOUTH GATE i MBE ELECTRIC • JOB LIST ** Job List, By Job ji ID NAME ADDRESS 1 ADDRESS 2 OWNER PHONE FAX NOTES Page 3 06714/00 CITY ST ZIP 188374 C/T #11-188374 H1WY. 86 CA CALTRANS 194834 CTRANS 11 194834 2829 JUAN STREET CA CALTRANS 1;6244" RTE 86 AND 111 COA'",HELLA CA CAL TRANS 202604 HAVEN AND ROUTE 60 HAVEN AVE. i;N ONTARIO ON ROUTE 50 CA CALTRANS 202804 15JJ1Jraaa St /Ortar Route 15 Ontario .3 Mile So.-.4 Mile 10. uruoa CA St CalW.0 ltrans 213304 SAN„'•-3USE HWY 395 M.GNG COUNT'!,.EE VEINING SOUTH OE J1.10161 153 CA STATE G CALIFO %.+IA 2276.,, 2' =;r axis a:- State Of Cali err.a Re - Raga s/v ct"vil e CA CALTRANS - 14 Archiba.d Ave. O.C. RTE I2 ANG ARC! -78ALO CA CALTRANS 281804 R.E. 15/66 CA CM iRA`IS 29J3C4 :_A''E ARROW?.EAC RIM OREST AND DALEY CA %° ON CA CALTRA'�S 292804 Y;,'MA CR. O.C. YUMA OR. 7 15 FWY CA R:'a. CO.T•RANS. DEPT. 3071!4 RTE. c0 ;•WY PLVT MP-RENO 'iA'_LEY 98.307114 CA CALTRANS 322033 1994/1995 St. Lt9. .Rprs. VaN OUS _ Ca' Ons CA City of Redlands 324204 OARHILL RC•. O.C. NEAR EL CAKN PASS CA 324904 T/S AT RuBIDOGX & 60 FWY IN RIV. CO. NEAR RIV. AT RUBIDOUX SL. O.C. CA CAL TRANS 300904 Daggett Read Repair Daggett CA CALTRANS aucd04 CHNG8E MESSAGE SIGNS ROUTES 10, 1S & 60 -S.8. & RIVERSIDE COUNTIES CA CA' IF. DEPT. C, TRANS. i• -MBE ELECTRIC ID NAME OWNER • ** JOB Job List, ADDRESS I PHONE FAX LIST ** • By Job it ADDRESS 2 NOTES Page 4 06/14/00 CITY ST ZIP 377304 10/15 FW'Y Seismic Retrofit CA. CALTRANS 379404 RTE 79 LAMB CANYON /GILMA N SPRING RD. NEAR SAOt40U NT /HEMET CA RIV.CC. TRANS.COMMISSIJN 384114 00171 PROJECT INTERCNArAGE H171 F!JY. POP,:ONA. C7 384:14 CA M.C.M. CONSTRUCTION INC. 398404 SEISMIC RETRO-;T 91 FWY NEST DRANO BL U.C. CA CA' - TRANS 45004 CHI 0 CREE =Y RTE 1I L.A. CO. L`NE TO CHh4C' CREEK BRIDGE CA CAL TRANS 440104 Chino Hi ?Is 7i Fa,. R e. 7' Chino 'ri bs CA Ca1'Trcls 4464C4 -�. 7i iiLP.ccR} -r arc. 71 c'J�L;= CALTRANS 400714 CCTV RTE 91 RMRSi ^E ROUTE 91 Ri�iERSICE CA CAL DEPT OF TRANS - JO REPL.POLE MCKD NEAR PICO/PIER D CA. ITY fD LONS BEACP. 5323'43 91 C, VAN BDREN 91 @ V.BL''P,EN /I`i61ANA CA CITY OF RIVERSIDE :115442 N.A.F.B. /A.C.C.S 3005 EAST 3RD ST, CA u.S. AIR FORCE 85SE37 M M Q'eo Ave. Missi /Jaru Ontario Mil',iken. M',SSi0 n to Jur,:pa CA City of Ontario 91'Im.ERM 91 HERYAN WEISSKER POLE 91 V8 A L:NvTOB' ON RAMR CA. CAL-TRANS 939434 CON?. 939434 VAR. LOC. 0:N'.ARIC CA CiT'i OF ONTARIO 942593 94 25937 nEACOCK & IRO:NW609 MORENO VALLEY. CA CA CITY OF MORENC VALLEY 95125 Inter.Interm T/S Murrieta HOtSprirgRd 115 aid I-215 CA City or Murrieta 97108 SOUNDWALLS /RETWA RTE. 10 & VALLEY BL 07 @02534 CA CALTRANS 97109 PARK & RICE 11005704 P & R 11005704 CA CAL TRANS MBE ELECTRIC • ** JOB LIST ** Jab List, By Job ii I0 NAME ADDRESS 1 AOORESS 2 OWNER PHONE FAX NOTES 97110 MAIN ST@AUNTINGT MAIN ST CITY OF ALHAMBRA 97111 1000 PALMS WASH 10 FWY @ 1000 PALMS CALTRANS 97112 SP'WC 10 FWY. 07-146104 SANTA MON:CA C.ALRA.NS 97113 COOT 11-961804 RTE. 13 /RANCHO BERNARJO CAI TRANS 97114 STPS;5310(3I3) SR91 /I S CTS & MIS CITY' J= 8JENA. PARK 97115 PN 29-796 TS M3-1 @ VAR LOC. CITY IF CORONA 97116 'I MK �. ._..... .. ._.. .... A .TRANS 97117 CKT C2 439504 Rie iD On.avioJFontana CALTRANS d C007 12-0283114 Orange Co. V6r. Loc. CALTRANS 97119 COOT 08- 350704 8ARTSOiI i15/i40 CA'-TRAMS 97120 BN 973 State &Ramona /Cotto.nw City Or" San a:into 97121 HL P'0 100000 97122 HLPC97CO500) mission /lin mission /;indsev Co Of ,Riverside 97123 J ympic Bridge W.O. cou0w0, City Of L.A. 97124 R`E. 7! PELOCATE R, E. 71 R:V /CC LONE ORG. COUNTY PUB. PGB. &RE 97125 COOT i1- 060104 RTES 2,163.805 Ga.trans 98126 SAFE RTE.2 SCHOOL- POMONA TONWE AVE /_EXINGTON CITY OF POMONA yo127 07180404 HL CAU MAN SPECIALTIES CALTRANS I Riaiic San Bernard n0 C3 12 0283U -' v8-3 -6404 PALMOALE/'.ANCASTER Page 5 O6 /i4 /0c CITY ST Zip CA CA CA. CA CA I i� CA CA CA CA CA CA CA CA CA CA CA .MBE ELECTRIC ID NAME OWNER • ** JOB Jo3 List, ADDRESS I PHONE FAX LIST ** • By Job jr AGGRESS 2 NOTES Page 6 06/14/0' CITY ST ZIP 98128 11-222704 HL 11-59-8- 4.3/6.9 CA CALTRANS 98129 COOT 11G22204 VAR. LOC. CA CALTRANS 98:30 US & St. Ii`iPUT. i11CiC iN01.0 01-/CL NTON S- CA City of India 98131 G7- 455104 DIAM•O:NC• BAR PR DIAMONG BAR PARR Rio CA CALTRANS 98132 PRO„ECT 7995 SANTA A°sA 31 W. 4TH S ". CA CITY OF SANTA ANA '8133 12 '059234 FiCi RI n'A.i:1LA,iA din °a CA CAL RANS Cal ;rar•s 98135 COOT CSAC!68 METROPC_E ADAMS ST R =E- 91 FWY GA CALTRANS C8- 36820 LEN'dOOG CA I TRA!iS 98137 12 069604 57 SOUNOWA_LS RTE 57 CA CA!-TRANS 98130 G8 366804FON ANA, iRRiGAT VARiG'S ICCATIGNS OIST.B CA CALTRANS 98139 07- 023194 HWYi01 SHERb1AN "vA'.<S CA CALTRANS 9 ?'.4r� • 01 -11870 4 SANT A 5','.NTC A C. CA_TRANS 98141 98 -055 SAPHIRE 08 443221 CA SANSAG 98142 07 185304 405 SOUNDWALL CA CALTRANS 98:43 978-52 OLD TOWNE(ORANGE) CA CITY OF ORANGE 98145H PW9703 TEMECULA WINCHESTER ROAD WICENI:NG CA CITY OF TEMECULA 98146H 11.139404 HL /CGC San Diego Rte. 8 CA CALTRANS I I MBE ELECTRIC ID NAME LINER • ** JOB job List, ADDRESS I PHONE FAX LIST ** By Job di ADDRESS NOTES • 2 Page 7 G6 /14 /Gv CITY ST ZIP 98147M 08-007114 215FWY GB SBd 215- 8.9/10.9 CA CALTRANS 98148H A3.0421 HUALIAA CA. CO. OF RIVERSIDE 98i 1191.a. S/W DREIM!"! KS CA DREA'H?IOR'<S 99iSOM WINCHESTER /YNEZ 97-06 T6MECU'_A, CA CA CITY OF TEYECJLA I 991SIX P',; 9-11 OVERLA.psD BRIUGE CA CITY 0= TEMEU"A, 99152H CHAPMAR JN V. 333 1.. CLASS;LL ST. 0206E. CA 92866 CA C�APMAN UNIVERSITY ld �ird95 99i54H M,,C4son St. CA Cray of River;itle u 3n 458724 Ree.30 08 �3a 3" ;37.2437.5 CA Caitra ^s 99156H FLORENCE P6'99015 CA CITY OF HUNTINGTU PARK 99157H 12-013334 55 /KATEL'_A. CA C,L'RA)iS 99'.58'-, 08 344704 RTE395 /'rriE_A.I CA CALTRANS 99159H IR G'.3344 55 /!Li ^CO'_N CA CALTRANS 99160N 08 389304 COLTGN -LO:NA LI CA. CALTRANS 99'.61n 08 45,0304 RTE 63 MORE %.' CA CALTRP.PiS 99162H RTE,10NILL'KEN 9394 -20 CA CITY CF ONTARIO 99163M 07-4F12C4 RTE.107VERMONT CA CAL7RANS 99164H GROVE BASIN GROVE & RIVERSIDE CA SAN BERN.ARDI:VO CO.FLO0 MBE ELECTRIC C? 488504 ** JOB LIST ** CA Job List, By Job ii ID NAME ADDRESS 1 ADDRESS 2 OWNER PHONE FAX NOTES 99165H KRAMER BL. (12- 931184) RTE. 91 @ KRAMER BL. 99179H CA TRANSPORTAION CO.L.P. PTON.A 99166H MAIN Si S/M 993840 E. MA ?N ST. MURIEL /YUCCA -,Z-2-9646 (909) 352292' G TY OF BARSTOW 99;80:- H99244C SR 56 PkASE I;MPV. 99167H Sw.S 99344 3GROCr. /ET 'all N 30 ROCHESTER /EI!JANDA OF SAN CHGO (9)9) SANBAG 99281H 991688 HG.7 99045 30KN 30 W/0 KN;X E/0 S ?'R CA SANBAS 991o9H %- -TORiA A`,E. ST /STORM PEREZ & PALN! (TRAFFIC SIGMA U CITY 07 CATHEDRAL CITY 68-700 AVENIDA LALO GUERRERC CATHEDRAL CITY Ci;Y OF HI;LAP +D CITY OF CATHEERAL CITY .9:70n 08 43280-"., INOiO Rte 15 and 865 C- .LTRANS .....E 93_. 4, CI'Y r 83A!JSE 99* 721M LAu8C0 VAR;v "v5 LOCATIOAS L ?A18C6 3H P03 07 S/B AUX ANES G T Oc TEMECU;A 99174H PR8 08 AOX RANCHO CALIF CITY C, IF T= MECUMA 99175'•1 ?E?"rE,IRANOALL :'.19903 Ci'! OF Sd7� BF'2I;ARGINC 99176H H_RALJ ST. REHAB ,,y o` Rellands • Page 8 Oo /14/00 CITY ST ZIP CA CA CA CA CA CA, CA CA CA CA CA 99177H C? 488504 RTE.1C ?FPPER : i072i5 CA -'-TRANS 99ll8H. LE ?i'riC00 /HIGHPOINi I CA PR'VATE 99179H 01 183704 MEDIAN BARR;ER PTON.A CA CALTRANS (909) -,Z-2-9646 (909) 352292' 99;80:- H99244C SR 56 PkASE I;MPV. SAN DiE60 CA OF SAN CHGO (9)9) 302-9646 (909) 352 292i 99281H D0-041 RTE 30 HAVEN 4 MILLIKEN SAN BFRNA.RDINO CA SAN BAS 99182H PEREZ & PALN! (TRAFFIC SIGMA U CITY 07 CATHEDRAL CITY 68-700 AVENIDA LALO GUERRERC CATHEDRAL CITY CA 92234-7032 CITY OF CATHEERAL CITY U• • ICE Office MBE Electric Page g CITY ST ZiP PEMET CA 92545 - CA CA CA CA CA. CA CA CA CA. CA CA CA. DA r. CA. CA CA CA CA • • NBE ELECTRIC ** JOB LIST ** Jab List, By Job if I0 NAME ADDRESS i ADDRESS 2 OWNER PHONE FAX NOTES 99183H T/S MEYERS /FLORIDA PROJ If5382 CITY OF HEMET (PUBLIC WORKS) 3777 INDUSTRIAL AVE CITY OF HEMET (909) 352-9545 (909) 352-2921 999 MISCELLANEOUS A203BB T/S Evans /Newport&Center Evans /Newport & Center Stephens Ri%sr5ide County 09584 St. Ltg.Pro.12 A Various City Loc. 9585 St. �tg.Pro.13-A Var. City ;cc. ^EBA.R T AFFIC SIGNAL A.V6 )400. CEDAR AV.IBLOC;IOTONSAN BER "1ARCIN0 SIN FRNARDINO TRANS CEP E4031,2 RO.,00 V. STORM. HO LY!vn00, CA PIGSOT F:G3CROA /50TH M.V. /E.C.0 FiCOROA. A.'v K HST 'N T H= CITY OF LOS ANG =LES GAR'-';R Cardr.er & Melrose MV1cC City of L.A. Gardner & Me'rose Cty of L.A. 0' ^' 47 RTE 15. P,NO GLENHELEN NEAR O'�'JORE CA. CS. O% SAN BERNAR9IN0 H12235 -.5. AT S'.OVER AND CEDAR T"F INTERSECTION OF S_O'•JcR A'is CCCAR AVENUES CO. O� SAN BERNARGINv TR H98144 12- 0504•'14 i4;KE AH ^IACi CC, i'ST.Etr CA-TRANS cUS :87 PiCG 710 !NTERCL _ON'; BE„- PORT OF LONG BEACH H'_A. LHA v,01 ST FR= E;40NT ON MAIN ST CITY OF ALHAMBRA HONTi?i R;i.YTNGTON 03. LOT . /SIG :'.BATINGTON DR. BET.kE6V M.AYCBEST ST. & MO \TERE'i CI-Y OF LOS ANGELES 431_04 73GNEl1PORT COAST 731NE'APORT COAST OR. O.C. _NV. MANG. AGENCY *RTIN CEATRAL & MARTI`1 LeTHER CITY OF L.A. CITY OF L.A. BD. OF F.W. MBIXTR 91 FWY EXTRA LOOPS 91 FWY STATE OF CALIFORNIA U• • ICE Office MBE Electric Page g CITY ST ZiP PEMET CA 92545 - CA CA CA CA CA. CA CA CA CA. CA CA CA. DA r. CA. CA CA CA CA M8E ELECTRIC ** JOB LIST ** Job List, By Job ;f I0 NAME ADDRESS 1 AGGRESS 2 OWNER PHONE FAX NOTES 86294 ConL.2436A/R6249 Param /68 & Redond /6 • AVE. NOUT AND S'75 H R ?'•lERSIOE GR. CETGUR N7.0 BA.RSiO,i ?N S.3. CO. CITY OF LOS ANGELES CITY OF LOS ANGELES Page 10 06/14/00 CITY ST ZIP CA CA CA. CA, C ?. CA CA. CA, CA. CA CA EA CA City of Long Beach RANDOM RANCOM /OVERAGES /NWK RESTIT R_SUCORR 8:5259 TYLER ST. WIOENIING -YLER ST. BTW. LVOIANA CITY OF RNERS ?OE ziA ';R RIVDRGT RIVETSIG7EAST ENO CITY OF CHINO S.ANPOR San Pedro M.V. & E.C. Cicy of L.A. ir, Sap,. Pedr City of Los .Angeles S -3D Shoo !OE E'.ectric SPR'dCE Spruce St. Wicening Spruce St . / la,;a Ave. City of Riverside v'G219 Sterling Ave State H.3C ynwrood Co. of Sa. Bernaroino iA0342 US AT i` ?AIN S- & LENWOGO MAIN ST. & LE:VWOGG 09. S.B.CO.GEPT. TRAPiS /RGOC TEMPLE TEMPLE Si /R "vBIf1SON TEMPLE ST/ROSINSOi`i CITY Cr AS ANGELES :C WARNER B'i "r.,SS SA „-A. AN. " -. GRANGE C.j %7v '•WA -ER GIST WA?TX aSTRNS WESTERN /SLAUSO:V E &C C &C Wc5':RN AVE & SLASSON AV CITY OF LA BO OF P/W • AVE. NOUT AND S'75 H R ?'•lERSIOE GR. CETGUR N7.0 BA.RSiO,i ?N S.3. CO. CITY OF LOS ANGELES CITY OF LOS ANGELES Page 10 06/14/00 CITY ST ZIP CA CA CA. CA, C ?. CA CA. CA, CA. CA CA EA CA 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 NON - COLLUSION AFFIDAVIT State of California )ss. County of ��� p_ ),f being first d ly sworn, deposes and says that he or she is i., 2tPn of/ --- R � &kl�t�%� '2,-,-.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. 1 declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. Pck I ��aJ �W- (��- Gtr � ���- Bidder Authorized Signature/Title Subscribed and sworn to befor this (� day of (I •� 2003. • � [SEAL] v Notary P lic My Commission Expires: 3(• 2-60(a ELIZABETH H. M.M. M O - NOTARY PUBUC-CALIPORNIAG) RIVERSIDE COUNTY 0 COMM. EXP. JULY 31, 2006 -� 11 STATE OF California } SS. COUNTY OF Riverside 1 On 3L�"`4- r �, be Fore me. Elizabeth H.M. PERSONALLY APPEARED Erwin H. Mendoza, President of Pete & Sons Constl Personally to mc ( XIFilSYL '�3f!tt)1�ARFtKabxsisxit;�xatr� _X) to be the pecsolrk, whose is /,\ subscribed to the within instrument and acknowledged to me that executed the same in his/ igrf�t� ( urthorized capaciq�it , and that by his /beriktNk signature(k on the instrument the person(x), or the emit upon belmlt' or which the person) acted, executed the instrument. WI FNESS m) hand and oft Gal scnl. c Signaul e -- — Inc. Public Et!ZABETH F , `; ,'lCK, �rVO(ARY FUei!i �!;363gai COMM EXP.` This un'i for 0(Jicinl A'olurinl Sc ell Though the data below is not required by taw, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICER President TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE ID- 1232 (REV. SVI) ALL - PURPOSE ACKNOWLEDGEMENT 9 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 DESIGNATION OF SURETIES Bidders name CPA, 1l &IylS Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): C"W• rwr -v - -r ►u�.fa iJY- 1*f} -Lol Gsd� m-,0., - 1626 '5-100 O. cw'E) S46 -3 -to �- 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders N Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current 1 1 1 2 2 Year of 9 9 9 0 0 pL�b3 Record 9 9 9 0 0 Total Year 2002 7 8 9 0 1 No. of n � $ 16 I( Z$ bS contracts U Total dollar Amount of fq Y{�r I,YYU, Contracts (in R'!4• " $ -6- } 62y 2S Thousands of $ ) ctr — No. of fatalities 0- No. of lost Workday $ Cases No. of lost workday cases involving permanent transfer to another job or termination of employment . The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder 1l {Vt� Business Address: ` -- 1�Clo2Sb Business Tel. No.: State Contractor's License No. and Classification: c Title ✓uJi� I G The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 t STATE OF California • 1 Iss. COUNTY OF Riverside before me, Elizabeth H.M. McRae, Notary Public PERSONALLY APPEARED Erwin H. Mendoza, President of Pete & Sons Construction, Inc. Personally known to Inc (t>x ; c Xmw',CNIL3tIC�}ICS�i SWn.�. [!4?t) to be the pe rsol� ?whose nannX.}) is /�,g subscribed to the within instrument and ad, n owl e d_e(Ito me that h�;k;}�,�*.til executed the Same in his(�a}Zr'htl, .�tw[hori zed capacity ' and that by hi.s/bcX4tXk sinnature(:0 on the instrument the person(X), or the cntip' upon behalf of %%hich the PerS011N) acted, executed the instrument. WITNESS my hand and official seal. Si�na;ure folk EIzA3ETN rf. td;. M v 4c COMM. x 136:1582 ,41VER5iDE�OIIfJ[y This ;, cafou'Off cin(:Volarial.Sea( Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of INS form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL CORPORATE OFFICER President TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IE5) DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ID -1232 (REV. 5101) ALL- PURPOSE - ACKNOWLEDGEMENT STATE OF California COUNTY OF Riverside On PER O.N'ALL1' 0 I SS. before me, Elizabeth H. M,McRae, Notary Public APPEARED Christopher Mendoza, Secretary of Pete & Sons Construction, Inc. personally known to me 4;'K 6'04" to be the PcrsonN) \Vhose n:u CVY is /:Ye Subscribed to the lvithin instrumew and acknowledged to me that he,30Wh executed the same in his/ pg authorized c:ilmcity�py* and that by hi tC sianaturc(k) on the instrument the personal, or the entity upon behalf of v'hich the person(V) acted, executed the instrument. WITNESS (11r' hand and official .Seal. Sianamr OPTIONAL This awa fm Off(cia( Nolen in( .Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL P CORPORATE OFFICER Secretary Ti TIES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(SI OR ENT(TY((ESL DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ID- 1232 (REV. 5/01) ALL- PURPOSE ACKNOWLEDGEMENT ELIZABETH H. M. MCRAE (,7 U *�COMM. COMM. # 1363682 NOTARY PUBLIC - CALIFORNIA +� RIVERSIDE COUNTY 0 EXP. JULY 3), 2006'' This awa fm Off(cia( Nolen in( .Seal Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL P CORPORATE OFFICER Secretary Ti TIES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(SI OR ENT(TY((ESL DESCRIPTION OF ATTACHED DOCUMENT TITLE OF TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ID- 1232 (REV. 5/01) ALL- PURPOSE ACKNOWLEDGEMENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 ACKNOWLEDGEMENT OF ADDENDA ��� ,„„�, Bidders name C��C%E G ��(hS "wj o l V� The bidder shall signify receipt of all Addenda here, if any: Addendum No. 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: (' Name of individual Contractor,, ICompany or Corporation: WJt Q SAW ��/ 1 UG► +`Al Business Address: 16o lrj {� L�l� lu[I </�C , 1. -•I0� / Telephone and Fax Number: California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued' 1$, POExpiration Date: ��l �l �oy List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone � 041 CA- Corporation Corporation organized under the laws of the State of!t / [UP 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: J'lt¢ . For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; F,. Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for laboy.compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes Ao; Are any claims or actions unresolved or outstanding? Yes /�, 17 E • If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. L (1y2yr� 1 (Print name of Owner or President Bidder of��Corporation /Company) Authorized Signature/Title Title Ilr�r1c3 Nate I at Subscribed and sworn to before me this i � ITR day of } t r e -- 200$ f [SEAL] p ELIZABETH H, MM Q NOTARY PUBLf�1363602 RIVERSIDE CALIFORNIA® coMM. EXP, JULY 31, n �j I STATE OF California COUNTY OF Riverside I SS. On J /("?00 , before me. Elizabeth H.M. McRae, Notary Public PERSONALLY APPEARED Erwin H. Mendoza, President of Pete & Sons Construction, Inc. personally known to me (r>X etu}crt3c3mi�xRF. �t�Zisi[F[E viz4[x[u'� to be the whose n:unc.�j subscribad to the within instrument and acknowledeed to Inc that he/v, ,+g/t�j executed the same in capaciz �,-�, and that by hi.s/bcx�+xk Si`naiura($� on the instrument the person(X). or the entity upon beh:dl' of which the person(d) acted, executed the instrument. \V) h:�md and ol7ici:d sc21, ,� Sig 6 ti ELIZABETH H. M. MCRAE' COMr. +,. a 1353582 "' NOrnR't pUEIIG-Cf LIFOP,NIA L� RIV[;eS!DE COiJN7Y (% �` • -`MVM . EXC, JULY 31, 2006- This ore„ Ji,r 0.0�ciol Notm'inl ,Send Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ® CORPORATE OFFICER President TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITYtIES) NUMBER OF PAGES DATE OF DOCUMENT ID-1232 (REV. 5/01) ALL- PURPOSE ACKNOWLEDGEMENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratinq Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS. CAMEO SHORES AND CAMEOS HIGHLANDS CONTRACT NO. 3447 CONTRACT THIS AGREEMENT, entered into this _ day of , 2003, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Pete & Sons Construction, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEOS HIGHLANDS Project Description: Project includes the replacement of series street lighting circuits with new multiple lighting systems and the replacement of existing lighting fixtures. Contract No. 3447 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. 3447, 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. 20 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 six hundred twenty -four thousand, eight and 001100 Dollars ($624,008.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is 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 -0042 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR Pete & Sons Construction P.O. Box 7339 Riverside, CA 92513 -7339 909 - 352 -2495 909- 352 -2497 Fax 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 original certificates of insurance and with origina endorsements effecting coverage required by this Contract. The certificates anc endorsements for each insurance policy are to be signed by a person authorized by that 21 P 0 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 0002 (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 0002 0287 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 projectilocation 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. 22 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, 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, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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. 23 0 9 6. Right to Stop Work for Non - Compliance City shall have the right to direct 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 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. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 E 0 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. CLERK APPROVED AS TO FORM: /t%wn -� 777. tlu CITY ATTORNEY P41 CITY OF NEWPORT BEACH AN 0 PETE & SONS CONSTRUCTION By: k � Authorized Signature and Title • i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2002 -2003 STREETLIGHT REPLACEMENT PROJECT SHORECLIFFS, CAMEO SHORES AND HIGHLANDS CONTRACT NO. 3447 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. 3447 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: SHORECLIFFS ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS _ PRICE PRICE 1. LUMP SUM Mobilization Dollars 1� and Cents $ I -1 DUO.' ` Per Lump Sum I" 2. LUMP SUM Traffic Control @}1A14 't��L- Dollars and 1 Cents $ Per Lump Sum 3. 1 Install new contractor furnished EACH Type II standard as directed by the City's representative and 250 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on new foundation per CNB STD- • • PR2of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 201 -L. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. +u0 "LOVA0undkl @ v� JU.1.tLdA d , Dollars and Cents Per Each 4. 1 Replace existing street light EACH standard with contractor furnished Type I standard and 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on existing foundation per CNB STD - 200 -L. Install new 1" PVC conduit and wiring from pole base to adjacent pull box per Detail "B" on sheet 19. � X.lftu lt01 LeeC 'N�Dollars and IA Cents Per Each I $ :4-100, 5. 5 Replace luminaire on existing EACH Type II standard with new 250 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. oval, 4�it,9<,(.m0ul�. V�aJ9c./Ltwtdl,ci3OL� @Ylk Dollars �y and Y Cents $ Per Each 6. 1 Install new contractor furnished EACH Type I standard as directed by the City's representative and 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard 1,ygty. -- • • PR3of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE on new foundation per CNB STD - 200-L. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. " 4w aA.rLd. 4tgk t, @ JU4t0tAt0- `Lbws Dollars and Cents Per Each 14 Reset existing street light standard EACH on existing foundation and re- grout. @ 1't.P.4U,ldld l-ld (,09Dollars (�q V0, — Cents 1,40000 Cents $ $ Per Each 8. 3 Relocate existing Type I standard EACH as directed by the City's representative. Install new 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on new foundation per CNB STD - 200-L. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. W Lt wotaaU vuLt IwLe o LUJAtmJAIGAJ4 Dollars qand Y Cents Per Each 9. 36 Replace luminaire on existing EACH Type I standard with new 70 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. WLQ V 41 Ot t at/ LOW @ Dollars and io Cents $ 1 U8D ' $ 3k, ?2), Per Each 0 PR4of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 55 Install 3'/2 F concrete pull box per EACH CNB STD -204 -L and STD - 205 -L. Where 5 or more conduits terminate in a pull box, a #5 F concrete pull box shall be installed. Location to be determined by the city's representative. WA VWAU -L& @ 14{ u FL Dollars and Cents Per Each 11. 17 Existing pull box to be removed. EACH Remove existing abandoned conduit and conductors and restore surface to match adjacent area as instructed by the city's designated representative. and 0 Cents Per Each 12. 7645 Install 1 -1/4" PVC conduit, unless LINEAR FT. otherwise noted, with 248 insulated conductors and 148 bare conductor. @ 1/ Dollars and Cents Per Linear root 13. 870 Install 248 insulated conductors LINEAR FT. and 148 bare conductor in existing conduit. @_PAPU DollarAl and Cents Per Linea Foot $ $ I' 3 *,n $ 1,gy $ l 753,- It 0 PR5of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 1 Replace existing service cabinet EACH with new. Install on new foundation. See Detail "D" on sheet 19. Install #5 F pull box per CNB STD - 206 -L. Restore existing circuits as directed by City's representative. yu18 g4l&.O � t �x a�hWIOWA 1�� Dollars and Cents $ 2-15?U,— $ a152p Per Each 15. 2 Install retaining wall, per Detail "E" EACH on sheet 19, including clearing area and final clean � W� @�tAUtdntd W Dollars and Cents $ 2 yaU,' $ 1quo, — Per Each 16. 43 Clean and paint existing mast arm EACH as directed by the City's representative. (a� waa - -MAL4 Dollars and Cents $ 135, CO g 51805, — Per Each 17. 2 Existing series circuit disconnect EACH to be removed and delivered to The city's utility yard. Coordinate with the city's designated representative and SCE. W4 juaLa14 L @ AGstA- P/" Dollars and Cents $ 7-�5,� $ '1'50, Per Each 18. LUMP SUM Relocate existing signs onto new street lights U 4 @ Dollars and ? b, Cents $ Per Lump Sum SUB -TOTAL PRICE IN FOR SHORECLIFFS $ I l0`fi 8 ,1O, �5t • • PR6of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE CAMEO SHORES ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 19. LUMP SUM Mobilization `}"- gru V GiAttR�/�l. of ars and Cents $ 21,513mD Per Lump Sum 20. LUMP SUM Traffic Control (o��4U/1. (4L94l�Otd74( Dollars and Cents $ H,D• — PerLumpSum 21. 2 Replace luminaire on existing EACH Type II standard with new 250 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. bollars and Cents Per Each — T 22. 16 Replace luminaire on existing EACH Type I standard with new 100 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. @1J14knA7GDl-JE'144Q Dollars and Cents $ I� Iv /I $ Per Each R Ll 0 PR7of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. 70 Replace luminaire on existing EACH Type I standard with new 70 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. ott Ot 0 tRaiLd- @ �Dollars r� and J� Cents Per Each ' 24. 87 Install #3'/2 F concrete pull box EACH per CNB STD -204 -L and STD - 205 -I. Where 5 or more conduits terminate in a pull box shall be installed. Locaton to be determined by the city's representative. p &( @ - Dollars and Cents Per Each 25, 7 Existing pull box to be removed. EACH Remove existing abandoned conduit and conductors and restore surface to match adjacent area as instructed by the city's designated representative. t ARAL4I'ttu Dollars and Cents Per Each 26. 13,070 Install 1 -1/4" PVC conduit, unless LINEAR FT. otherwise noted, with 248 insulated conductors and 148 bare conductor. @ Dollars and Cents Per Linear Foot 0 $ Is 08V, — $ —7 7) (P CO. $ 225, 00 $ )q; 5715, $ r.70 $le�z, 0 El PR8of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 845 Install 1 -1/4" PVC conduit, unless LINEAR FT. otherwise noted, with 448 Insulated conductors and 148 bare conductor. @l Dollars and Cents $ it •T'D Per Linear Foot 28. 35 Install 1 -1/4 "PVC conduit, unless LINEAR FT. otherwise noted with 648 insulated conductors and 148 bare conductor. @ Dollars and Cents Per Linear o0 29. 320 Install 248 insulated conductors LINEAR FT. and 148 bare conductor in existing conduit. @ Wk4 -------------- ___Dollars and III t h ttf L Cents $ l• q D $ V 08', D 0 Per Linear Foot 30. 1 Install new service cabinet, circuit EACH breakers and #5 F pull box per CNB STD - 206 -L. Exact location as determined by City's representative. (Q�>.U�.M Ll/U� 4t 1i l/VJI �t J 6 _Dollars Per Each 31. 1 Replace existing service cabinet EACH with new. Install on new foundation. See Detail "D" on sheet 19. Install #5 F pull box per CNB STD - 206 -L. Restore existing circuits as directed by City's representative. }taN 4GLw,to" tW-v @� kop� Dollars and !h Cents $ Per Each —t- 9 • PR9of14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 32. 40 Reset existing street light standard EACH on existing foundation and re- grout. @ BnL clA.u.Ii-cYl+ _Dollars and Cents Per Each 33. 88 Clean and paint existing mast arm EACH as directed by the City's Representative. @ Dollars and Cents $ 135, $ /it 90ko' — Per Each 34. 1 Existing series circuit disconnect EACH to be removed and delivered to The City's utility yard. Coordinate with the City's designated representative and SCE. @ *A TC !A&AY Dollars and Cents DU $ 225.10 Per Each 35. LUMP SUM Relocate existing signs onto new street lights @ k �¢ Dollars and Cents $ �� Per Lump Sum SUB -TOTAL PRICE IN FOR CAMEO SHORES $�3' • • PR 10 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE CAMEO HIGHLANDS 36. LUMP SUM Mobilization @ �llars and Cents J 2; — $ LDU, Per Lump Sum 37. LUMP SUM Traffic Control @ V yu S ` WUAaAJd- Dollars n and p Cents Per Lump Sum 38. 5 Replace existing street light EACH standard with contractor furnished Type III standard and 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on existing foundation per CNB STD - 202 -L -B. Install new 1" PVC conduit and wiring from pole base to adjacent pull box per Detail "B" on sheet 19. @ �hQiAnd/ipd�9g Dollars and Cents $ Per Each 39. 3 Install new contractor furnished EACH Type III standard as directed by the City's representative and 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on new foundation per CNB STD - 202-L-B. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. 1 tub A-h& W41oC @ Dollars and Cents $ Z� $ (yIg85 Per Each • • PR 11 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 40. 4 Relocate existing Type III standard EACH as directed by the City's representative. Install new 70 watt, 240 volt H.P.S. luminaire with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install standard on new foundation per CNB STD - 202-L-B. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. SVL f 41,9( Rap- !(_ /ut L Ot c nnol @ L14Lfi - &Pq Dollars and Ll Cents $ Per Each 41. 43 Replace luminaire on existing EACH Type III standard with new 70 watt, 240 volt H.P.S. luminaire per CNB STD - 202 -L -B with photo electric cell and enclosed ballast. Furnish and install double fuseholder with 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. Wu uNut wozoL @ Dollars and Cents $ 1 0 3�4i "' Per Each 42. 1 Replace luminaire on existing EACH Type II standard with new 250 watt, 240 volt H.P.S. lumimaire per CNB STD -200 -L with photo electric cell and enclosed ballast. Furnish and install double fuseholder and 5 amp fuses in adjacent pull box. Install new V PVC conduit and wiring from pole base to adjiLa�c�e�n,�t� �pyu�l�l box. (�llull -�A4 Dollars and Cents $ Per Each -c- a • • PR 12 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 43. 57 Install #3 '/2 F concrete pull box EACH per CNB STD -204 -L and STD - 205-L. Where 5 or more conduits terminate in a pull box, a #5 F concrete pull box shall be installed. Location to be determined by the City's representative. @ p - Dollars and 1� Cents Per Each 44. 19 Existing pull box to be removed. EACH Remove existing abandoned conduit and conductors and restore surface to match adjacent area as instructed by the City's designated representative. @ Dollars and Cents Per Each 45. 8013 Install 1 -1/4" PVC conduit, unless LINEAR FT. otherwise noted, with 248 insulated conductors and 148 bare conductor. @ Dollars and Cents Per Linear Foot 45. 240 Install 1 -1/4" PVC conduit, unless LINEAR FT. otherwise noted, with 648 insulated conductors and 148 bare conductor. @ ldU(i.G Dollars and L Moot Per Linear Foot - $ $ i0 Or o q }, j"D $ a. &D $ 2.12, go, 0 0 PR 13 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 46. 10 Install 248 insulated conductors LINEAR FT. and 148 bare conductor in existing conduit. @ 9A-1 Dollar)( and Cents $ 100 $ i q, yO Per Linear oot 47. 90 Install 848 insulated conductors, LINEAR FT. unless otherwise noted, and 148 bare conductor in existing conduit. @ t AlAY Dollars and Vju Cents $ 5110 $ 9' Per Linear Foot 48. 1 Modify existing service cabinet to EACH provide 2 -2P 20 AMP breakers for the required circuits as shown on plan and connect wiring. Coordinate with City's representative and SCE. 9nt.e 4"AAd UAL @ _ -`I 0 Dollars and Uv" Cents I � _ $ Per Each 49. 3 Install retaining wall, per Detail "E" EACH on sheet 19, including clearing area and final clean up. @ �. >+1�( Y0 I%LUltdliQd� Dollars and Ulu,? � _ Cents $ 2�?�_ � $ Per Each 50. 600 Install additional 2410 insulated LINEAR FT. conductors and 1410 bare conductor in new or existing conduit for use by others. Wire colors shall be orange and brown. @ 04 Dollar and 19U Cents $ l•1D $ UU0= — Per Linear Foot !. ! PR 14 of 14 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 51. 1 Install additional 120V 2P -10 amp EACH breaker in service cabinet for future use by others. @l —Bra Dollars and _ Cents $ ) Per Each T 52. LUMP SUM Relocate existing signs onto new street lights. and Cents Per Lump Sum 53. 125 Install 1 -1/4" PVC conduit. LINEAR FT. @LJYOL� Dollars and �� _Cents $ Per Linear Ft. SUB -TOTAL PRICE IN FOR CAMEO HIGHLANDS $ 8/. a. $ voo, i 8'D, (n -7'f. 0sO TOTAL PRICE (Shore Cliffs, Cameo Shores, and Highlands) IN WRITTEN WORDS and ______Cents - r,1,Gtat, l lr%-QC 1 Date fit Cava) 35�- ��q S Bidder's Telephone and Fax Numbers Bidder's License No(s). and Classification(s) $ _ U ->4 _DDS Total Price (Figures) �E li- A o yyt,5 Bidder Bidder's ut orized Signature and Title I6Slo Ej4rl" A- r'A's,'41 CA • 9,�-* Bidder's Address ACORD„ CERTIFICA OF LIABILITY INSURA E °07117/2003 PRODUCER \r!-' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION GENERAL LIABILITY ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PATRICK MCRAE INSURANCE SERVICES,! 5...I HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR A -`� ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 23716 BIRTCHER DRIVE 02/19/04 FIRE DAMAGE (Any me fire) MED EXP (Any one Verson) LAKE FOREST, CA 92630 INSURERS AFFORDING COVERAGE .---- - -- _..._...... NSIIREn ----- MSURERA: GREAT AMERICAN ASSURANCE CO. PKSQV-1 PETE & SONS CONSTRUCTION Ip_ICI�•,`.NO EY.1pC INSURER B. CENTURY NATIONAL INSURANCE CO. P.O. BOX 7339 p'-'.`-.: "3p INSURER c: ESSEX INSURANCE INSURANCE CO. RIVERSIDE, CA 92513 -7339 INSURER D: •INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR _-- .._...._...._— --- .._._....,__. PO- EFFECTIVE POLICY EXPIRATgN _....... _..._....... TYPE OF INSURANCE POLICY NUMBER LIMITS NOTICE TO THE CERTIFICATE HOLDER NAMED TO WE LEFT GENERAL LIABILITY 3300 NEWPORT BLVD. XXXXXXXX EACH OCCURRENCE S 2,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE n OCCUR GLPS663004 02/19/03 02/19/04 FIRE DAMAGE (Any me fire) MED EXP (Any one Verson) S 50,000 S 5000 PERSONAL &ADV INJURY �S 2,000,000 -- ........... .. ...... GENERAL AGGREGATE ._... S 2,000,000 I . PRODUCTS - COMP,OP AGO S 2,000,000 kGl'L AGGREGATE LIMIT APPLIES PER; POLICY F—' PR0. i LOD JECT B AUTOMOBILE IJABUJTf X ANY AUTO BAP120486 06/26/02 08/28/03 COMBINED SINGLE LIMIT S �(EeeaJCent) 1,000'000 I ALL OWNED AUTOS X SCHEDULED AUTOS ; BODILY INJURY (Per P....) $ m HIREDAUTOS NON-OWNEDAUTOS BODILY INJURY (Per eca UM .__.... __.. _. _.._..... -_ ......... _. MED PAY I PROPERTY DAMAGE `(Per amdmtl GARAGE LIABUTY AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC S ANY AUTO AUTO ONLY. AGO S Ex CESS LNB(LRY EACH OCCURRENCE § OCCUR El CLAIMS MADE - -- _. § AGGREGATE S S DEDUCTIBLE _ �S RETENTION S WORKERS COMPENSATION AND i TORY LIMITS i_ E?_�_...__. ........ __ EMPLOYERS' LIABILITY E.L. EACH ACCIDENT S E.L.DIS_EASE_ EA EMPLOYEE: S ( E.L. DISEASE - POLICY LIMIT i S C OTHER EQUIPMENT 2C36861 8/28/02 8/28/03 1300,000 INCLUDES RENTED AND LEASED EQUIP. DESCRIPTOHI OF OPERATONSILOCATON" EIBCLESIEXCLUSIONSADDED BY ENDORSEMENTSPECIAL PROVISIONS CERTIFICATE HOLDER; CITY OF NEWPORT BEACH, IS NAMED AS ADDITIONAL INSURED AS RESPECTS TO: CONTRACT #3447. 2002 -2003 STREETLIGHT REPLACEMENT PROJECT - SHORE CLIFFS, CAMEO SHORES AND CAMEO HIGHLANDS. '10 DAY NOTICE OF CANCELLATION' CERTIFICATE HOLDER I X I ADDITIONAL INSURED: INSURER LETTER: CANCELLATION ACORD 26S (7197) v aACORD CORPORATION 1988 SHOULD ANY OF WE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION CITY OF NEWPORT BEACH (IT'S OFFICERS, DATE THEREOF, THE ISSUING NSURER WI-L4N6kX0blAKAAIL 10 DAYS WRITTEN OFFICIALS, EMPLOYEES AND VOLUNTEERS) NOTICE TO THE CERTIFICATE HOLDER NAMED TO WE LEFT PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. XXXXXXXX AUTHORIZED REPRESENTATIVE PO BOX 1768 NEWPORT BEACH, CA. 92658 -8915 `'-" �- -Z� (, L�-�' I ��.c ACORD 26S (7197) v aACORD CORPORATION 1988 • IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AcvKV ZDS ( / /e /) 0 0 PETE & SONS CONSTRUCTION EFFECTIVE DATE: 02/19/03 POLICY NUMBER: GLP5663004 INSURANCE CO: GREAT AMERICAN ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE NAME OF PERSON OR ORGANIZATION: CITY OF NEWPORT BEACH (it's officers, directors, employees & volunteers) PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. PO BOX 1768 NEWPORT BEACH, CA. 92658 -8915. PROJECT: CONTRACT 63447. 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEO HIGHLANDS. (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (SECTION II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you. Coverage provided by this policy to the Additional Insured(s) shown in the Schedule shall be primary insurance and any other insurance maintained by the Additional Insured(s) shall be excess and non - contributory. CG2010 1185 Copyright, Insurance Services Office, Inc. 1984 0 PETE & SONS CONSTRUCTION EFFECTIVE DATE: 02/19/03 POLICY NUMBER: GLP5663004 INSURANCE COMPANY: GREAT AMERICAN ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL AUTO LIABILITY COVERAGE PART. SCHEDULE Name of Person Or Organization: CITY OF NEWPORT BEACH (it's officers, directors, employees & volunteers) PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. PO BOX 1768 NEWPORT BEACH, CA. 92658 -8915. RE: CONTRACT #3447. 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SHORE CLIFFS, CAMEO SHORES AND CAMEO HIGHLANDS. The City of Newport Beach, Inc., Its officers, directors, employees and project owners and such other parties as may be designated in writing are covered as additional insured under the commercial automobile liability policies. THE PERSON OR ORGANIZATION REFERENCED ON THE ATTACHED CETIFICATE OF INSURANCE FOR WHOM YOU HAVE SPECIFICALLY AGREED IN WRITING TO PROVIDE ADDITIONAL INSURED STATUS UNDER THIS POLICY. Insured shown should be primary insurance and any other insurance maintained by the additional insured shall be excess and non - contributory but only as respects to claim, loss to liability rising out of the operations as the named insured. This insurance is primary with respect to the additional insured(s), its officers, directors, employees, and project owner. Any other insurance available to the additional insured(s) will be excess only and non - contributing as respects claims or liability arising out of or resulting from the acts or omissions of the named insured or of others performed on behalf of the named insured. CG2010 85 0 CAOLOER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION I N S U R A N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 07 -23 -2003 GROUP: POLICY NUMBER: 1610888 -2003 CERTIFICATE ID: 119 CERTIFICATE EXPIRES: 01 -16 -2004 01 -16- 2003/01 -16 -2004 CITY OF NEWPORT BEACH ATTN SHERRY ROOKS P O BOX 1768 NEWPORT BEACH CA 92658 -8915 JOB: #3467 STREET LIGHT REPLACEMENT (03027P) This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. AUTHORIZED REPRESENTATIVE AAA ,,,<< PRESIDENT STANDARD POLICY EXCLUSIONS: INDIVIDUAL EMPLOYERS, HUSBAND AND WIFE EMPLOYERS, EMPLOYEES COVERED UNDER CPL INSURANCE AND EMPLOYEES EXCLUDED UNDER CALIFORNIA WORKERS COMPENSATION LAW. EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 41600 - ERWIN MENDOZA, PRES - EXCLUDED. ENDORSEMENT #1600 - MARGARITA MENDOZA SR, VP - EXCLUDED. ENDORSEMENT #1600 - MARGARITA MENDOZA JR, CFO - EXCLUDED. ENDORSEMENT 41600 - CHRISTOPHER MENDOZA, SEC - EXCLUDED. ENDORSEMENT #1600 - ERWIN MENDOZA, PRES - EXCLUDED. ENDORSEMENT 42065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01 -16 -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 07 -23 -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER HIGH -LIGHT ELECTRIC INC DBA: HIGH -LIGHT ELECTRIC INC DBA: PETE & SON CONSTRUCTION INC 16101 MULTIVIEW DR PERRIS CA 92570 IREW,SKI PRINTED: 07 -23 -2003 SCIF 10262E Accept this cetllfcate only H you see a taint watermark that rends "OFFICIAL STATE FUND DOCUMENT' PAGE t OF JUL -22 -2003 TUE 02;44 PM Fax #: qLf� — AA —3311 FAX N0. P. 01/01 • -?,N1 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received Dept. /Contact Received From: Snc�-Uoa 'g Itp, Date Completed: Sent to: S i1at)v1Ci By: h'Yilti �CZ CompanylPerson required to have certificate: �Vtt L Sons �nSAct 1 OV-% I. GENERAL LIABILITY /� Ameriicu(\ co A. INSURANCE COMPANY: S fAhCR. B. AM BEST RATING (A: VII or greater): A XT T C. ADMITTED Company (Must be California Admitted): Is Company admitted in Califomia? es ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? M'6573. E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it incl coed? �t es ❑ No ADDITIONAL INSURED WORDING TO INCLUDE (The City its ,�L. tes officers, off^ lals, employees and volunteers): Is it included? ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): /' Is it included? I� Yes ❑ No I L)H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by �� negligence" wording? L?Ies 0 No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 11, AUTOMOBILE LIABILITY J� A. INSURANCE COMPANY: l Qrt1 vA. (V 4 S tGha�! 1 \S0 CG.lt ' C _lid � . B. AM BEST RATING (A: VII or greater): K V I I C. ADMITTED COMPANY (Must be California Admitted): ��// Is Company admitted in California? L�Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? 1,000,W0 CSI_ 4)E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its irk; 5s%<N offltars officials employees and volunteers)• Is it inc Q— de_dT_ -1 ❑ Yes 9-Ko F. Y & NON- CO ING (For Waste Haulers only): Nr� Is it include ❑ Yes G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: B. AM BEST RATING (A: VII c C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include) HAVE ALL ABOVE REQUIREMENTS BEEN MET? Is it included? Q Yes No ❑ Yes 'C.1 No 0 0 4 -1 PUBLIC WORKS DEPARTMENT 4 -1.3 INDEX 4 -1.3.4 FOR SECTION 5 SPECIAL PROVISIONS 5 -2 2002 -2003 STREETLIGHT REPLACEMENT PROJECT — SECTION 6 SHORECLIFFS. CAMEO SHORES AND HIGHLANDS CONTRACT NO. 3447 6 -1 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.6 SURVEY MONUMENTS SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 1 1 1 1 1 1 2 2 2 2 2 2 2 FA 3 3 3 3 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water 7 -8.6 Water Pollution Control 7 -8.8 Steel Plates 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access 7 -10.2 Storage of Equipment and Materials in Public Streets 7 -10.3 Street Closures, Detours, Barricades 7 -10.4 Public Safety 7- 10.4.1 Safety Orders 7 -10.5 "No Parking" Signs 7 -10.7 Notice to Residents 7 -15 CONTRACTOR LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General 9 -3.2 Partial and Final Payment PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 4 4 4 4 4 4 5 5 5 5 5 6 6 6 7 7 7 7 7 7 8 8 [3 0 0 300 -1 CLEARING AND GRUBBING 8 300 -1.3 Removal and Disposal of Materials 8 300 -1.3.1 General 8 300 -1.3.2 Requirements 9 300 -1.5 Solid Waste Diversion 9 SECTION 302 ROADWAY SURFACING 9 302 -5 ASPHALT CONCRETE PAVEMENT 9 302 -5.1 General 9 302 -5.4 Tack Coat 9 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 9 302 -6.6 Curing 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 10 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 10 303 -5.1 Requirements 10 303 -5.1.1 General 10 303 -5.5 Finishing 10 303 -5.5.1 General 10 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 10 307 -1 GENERAL 10 307 -1.2 Regulations and Codes 10 307 -2 CONSTRUCTION GENERAL 10 307 -2.3 Standards and Steel Pedestals 10 307 -9 REPLACEMENT OF SERIES CIRCUITS 10 307 -10 CONCRETE STREET LIGHT STANDARDS 11 307 -11 LUMINAIRES 11 307 -12 FUSEHOLDERS 11 307 -13 PULL BOXES 11 307 -14 CONDUIT AND CONDUCTORS 11 307 -14.1 Conductors 12 307 -14.2 Jacking of PVC Conduit 12 307.14.3 Trenching of PVC Conduit 12 307 -15 PROTECTION AND REPLACEMENT OF IMPROVEMENTS 12 • s 307 -16 SALVAGE 13 307 -17 CONSTRUCTION DETAILS 13 307 -17.1 Removals 13 307 - 17.1.1 Existing PCC and AC 13 307 - 17.1.2 Adjacent Improvements 13 307 - 17.1.3 Parkway Paving 14 307- 17.1.4 Unstable Subgrade 14 307 -17.2 PCC Replacement 14 307 - 17.2.1 Sidewalk and Curb Access Ramps 14 307- 17.2.2 PCC 14 307 - 17.2.3 Root Barrier 14 307 -18 SOLID WASTE DIVERSION 14 307 -19 AS -BUILT PRINTS 15 307 -20 GUARANTEE 15 307 -21 PAYMENT 15 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 16 308 -1 GENERAL 16 F:tUSER8\PI3WShared\Contan51FY 02 -03\02 -03 Street Light Replacement - Shoreaest. Cameo Shores and Rlghlands - G344RCOWR4CT DOCUMENTSSSPECS INDEX G3447.doc E 0 SP 1 OF 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 2002 -2003 STREELIGHT REPLACEMENT PROJECT SHORECLIFFS, CAMEO SHORES AND HIGHLANDS CONTRACT NO. 3447 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. 1 -20); (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 (2003 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., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of replacing existing series circuit streetlights to multiple circuits meeting current City standards." 2 -9 SURVEYING 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 0 • SP2OF16 SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that any existing street lighting pole, equipment or appurtenance is damaged by the work and is not re- useable, the 0 • SP3OF16 Contractor shall provide and install new street lighting poles, equipment or appurtenance of identical type and size at no additional cost to the City." SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." The term "work" as used herein shall include all removal of existing street light poles, equipment and appurtenances, construction of street light poles, equipment and appurtenances, and restoration of existing improvements impacted by the work, and construction of other incidental items of work." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 75 consecutive working days after the date on the Notice to Proceed. THE NOTICE TO PROCEED WILL BE ISSUED SUCH THAT NO WORK WILL BEGIN PRIOR TO SEPTEMBER 15, 2003. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 0 • SP 4 OF 16 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $55.00 per hour when such time periods are approved. For those locations where night work would facilitate the construction and minimize the disruption to the community the following requirements would apply: A. Night work hours shall be considered to be from 7:00 P.M. to 1 A.M. Monday through Friday. B. The Contractor will be allowed to work a maximum of 2 nights at each location. C. The Engineer must approve all requests for night work. D. The Contractor shall notify the Engineer two weeks prior to the start of work. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. The Contractor shall provide and install new street lighting poles, equipment and appurtenances. All existing street lighting poles, equipment and appurtenances shall be salvaged as determined by the City. Salvaged equipment shall be delivered to the City's Utilities Yard at 949 West 16th Street. Items considered non - salvageable by the City shall be properly disposed of by the Contractor. The Contractor shall make 0 0 SP 5 OF 16 arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." All water used during construction will be paid for by the Contractor. This includes water for flushing pressure testing all lines and water used for irrigation during maintenance period for landscaping. 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) 2001 edition also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of a traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC 0 0 SP6OF16 CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractors responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter, The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent residents a written notice stating when construction operations will start and what disruptions may occur and approximately • SP7OF16 when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times when the notices are distributed. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the Engineer. 745 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor Class "A or C- 10" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built' corrections upon a copy of the Plans. The "As- Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work." 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." • • SP 8 OF 16 PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C -3250. A mix design shall be submitted for review by the Engineer prior to use on- site." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: 'The Contractor shall grout the area between any new or existing concrete foundation with a quick setting grout approved by the Engineer." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement/sidewalk lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. All potholes, borepits or other excavations shall be compacted to 90% relative density. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. Contractor shall meet with the Engineer to mark out the areas of removal and replacement. 0 300 -1.3.2 Requirements • SP9OF16 (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/z inch" of the last sentence with the words "two (2) inches'. 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302 — ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, "The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks '/< -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section, "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, • • SP 10 OF 16 all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: 'The Contractor shall patch back A.C., P.C.C. and brick within private property at locations affected by his work in a manner that matches the adjoining existing private property in structural section, texture and color." SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -1 GENERAL 307 -1.2 Regulations and Codes. Add to this Section: "All work, materials and equipment shall conform to the City of Newport Beach Standard Plans and Specifications, the Contract plans, these special provisions, the 1999 NEC, and as directed by the City ". 307 -2 CONSTRUCTION GENERAL. Add to this Section: "All electrical materials shall be submitted for review by the Engineer prior to delivery to the site ". 307 -2.3 Standards and Steel Pedestals. Add to this Section: "All miscellaneous hardware, nuts, bolts, washers, etc. shall be fabricated from stainless steel'. 307 -9 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. 307 -10 CONCRETE STREET LIGHT STANDARDS Concrete street light standards shall be the style shown on the construction plans and shall be installed per City standards. 0 307 -11 LUMINAIRES • SP 11 OF 16 Luminaires shall be furnished with 240 -volt Ballasts and lamps of the wattage shown on the construction plans. Orientation of luminaires shall be as directed by the Engineer. 307 -12 FUSEHOLDERS Double fuseholders shall be installed in the pull box for each luminaire. The fuseholders shall be furnished with fuses appropriate to the connected lamp wattage. The fuseholders shall be Tron #HEX -AA or equal, installed per City Standard Plan STD - 204-L and 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. Add three (3) layers of Scotch #23 tape, three (3) layers of Scotch #33 tape and coat with Scotchkote electrical coating. 307 -13 PULL BOXES Pull boxes shall be installed at a maximum spacing of 180'. 307 -14 CONDUIT AND CONDUCTORS All conduit ends, including those in cabinets and pole bases, shall be sealed with duct seal after installation. Locations of proposed electrical lines are shown schematically on the plans. The actual field location of lines shall be clarified with the City's inspector prior to installation. 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. 307 -14.1 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. 307 -14.2 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. 307 -14.3 Trenching of PVC Conduit Trenching of conduit shall not be permitted except as directed by the Engineer. 0 • SP 12 OF 16 307 -15 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 no later than 14 working days after damage or removals. 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. 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. Contractor damage to these foundations will require replacement of the foundations at Contractor expense. Damaged foundations shall be completely removed and reconstructed per the details on the plans. 307 -16 SALVAGE The following material shall be salvaged: 1. Street light series luminaires, sockets and mast arms. 2. Series circuit disconnects. 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. Items not considered salvageable as determined by the City will be disposed of by the Contractor. 307 -17 CONSTRUCTION DETAILS Contractor shall familiarize himself and be fully aware of extent and amount of removals and replacements as indicated herein. 307 -17.1 Removals 307 - 17.1.1 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 • • SP 13 OF 16 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 to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. 307 - 17.1.2 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 owner's 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. 307 - 17.1.3. 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. 307 - 17.1.4 Unstable Subgrade. 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 include up to 24- inches depth of removal of unstable material in the mobilization bid item, to a maximum of 50 cubic yards. 307 -17.2 PCC Replacement. 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. 307 - 17.2.1 Sidewalk and Curb Access Ramps. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. In addition, all forms shall be removed, sprinklers shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. 307 - 17.2.2 PCC. 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. • ! SP 14 OF 16 307 - 17.2.3 Root Barrier. 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. See Section 308. 307 -18 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. 307 -19 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. 307 -20 GUARANTEE The Contractor shall guarantee in writing 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. 307 -21 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 • 0 SP 15 OF 16 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 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 and for all associated work 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 submitted as equal shall be delivered to the City for review at the pre - construction meeting for approval. SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 GENERAL. Add to this section: 'The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree. The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644 -3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe his method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he shall cease work at that location and immediately contact the City's Urban Forrester for inspection. Upon inspection, the Urban Forrester may require the Contractor to formally submit a plan for removing the large roots to the City for review. The submittal shall adhere to the following guidelines 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 0 3. Selective Root Pruning • SP 16 OF 16 a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Payment for work pertaining to this section shall be included in other items of work. FAUSERS \PBWShah,eAContracts\FY 02 -03\0203 Street Light Replacement - Shorecres6 Cameo Shores and Highlands - C- 344MONTRHCT DOCUMENTSSPECS C-3447.doc