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