Loading...
HomeMy WebLinkAboutC-3697 - West Newport and Marine Avenue Street Light Replacement4 CITY OF NEWPORT BEACH CITY CLERK I NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 2 :00 p.m. on the 25th day of August 2004, at which time such bids shall be opened and read for WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT Title of Project Contract No. 3697 $450.000 Engineer's Estimate by --�St #hen G. Badum Pufflic Works Director .MC7 .`y1- 0 \6 J�\�0 s Prospective bidders may obtain one set of bid documents for $30 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" or "C -10" Contractor's License required for this project For further information, call Michael J. Sinacori, Project Manager at (949) 644 -3342 C� J • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 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 SPECIAL PROVISIONS ................. :..:....................................................................... SP -1 3 0 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash; certified check or cashier's check (Sum not less than 10 percent of the total bid prica� may be received in lieu of the BIDDER'S BOND. The titie of the protect and °ne .vord$ "Sealed Bid- shall be clearly .marked on the outside of the enveiope oomai�.inc he doc;u!,nen s. 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 ec al agents p.1or 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 ,he 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. 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 heid responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or ail bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performan - under the contract. The • • securities shall be deposited in a state or fade, al chartered bank in California. as the escrow anent. 8. In accordance with the California Labor Code (Sections 1770 at seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic need-ad to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: w,.vw. q po. govldavisbacon 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 at seq. of the Public Contracts Code, `Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear sicnatures and titles of persons authorized to sion 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 s "all be of the owner. he signature below represents that the above has been reviewed. 610382 C -10 Con'- actors License No. & Classiricatio Bidder Aithorized Rusty B. Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT BI Dollars ($ 109 - -- ), to be paid and forfeited to the City of Newport Beach if the bid proposai of the undersigned Principal for the construction of WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT, Contract No. 3697 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance ce tificates and endorsements for the construction of the project within thiry (30) :alandar days after the date of the mailing of "Notification of Award ", otherwise this obigation shall become null and void. If the undersigned Principal executing this Bond is executing this 5nnd as an individual, it is agreed that the death of any such Principal shall not exonerate the SJ:" y from its obligations under tflEs Sond. Witness ou, ? ands this 17TH day of MOORE ELECTRICAL CONTRACTING, INC. Name of Contractor (Principal) ARCH INSURANCE COMPANY Name Of Surety 135 N. LOS ROBLES AVENUE #825 PASADENA, CA 91101 Address of Surety 626- 639 -5200 7eieohone D.J. PICARD, ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be a" ach;;�w) 0 0 CALIFORNIA ALL - PURPOSE State of California ss. County of Riverside On 8/25/04 beforeme, Diane Cody, Notary Public Dale Name and Tie at Olficar (e.g., 'Jane Doe, Ndary PuhliC personally appeared Rusty B Moore Name(s) d Signer(s) olnne coon COMM, ruS018s W - e' - Notary Public-CallforMs y RIVERSIDE COIJIM 0Y Comm, ExP. Nov 8, 2017 RI personally known to me ❑ proved to me on the basis of satisfactory evidence to be the personZwhose name(W is /are'- subscribed to the within instrument and acknowledged to me that heleke" executed the same in hislhrr/their authorized capacity4e*, and that by hisA%4*hl9r signature(s}-on the instrument the person(e), or the entity upon behalf of which the person(n)- acted, executed the instrument. WITNESS my hand and official seal. Diane Co y;e^ "Public OPTIONAL Though the in /omration below is not required by law, d may prove valuabfe to persons relying on the document and could prevent fraudulent removal and waflachment of this form to another document. Description of Attached Document Title or Type of Document: Bidder r s Bond Document Date: 8/17/04 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Rusty B. Moore O Individual Top of thumb. here 11 Corporate Officer - Title(s): President ❑ Partner - ❑ Limited ❑ General • Attomey -in -Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contracting, Inc. 9 1998 Nabamal Notary AssmuMon - 9350 De Sob Ave., P.O. Box 2902 -ChatswoM. CA 91313-2402 • anme.rredanelnotaryorg Pmd. No 5907 - Raordar: Call Tdl-Free 1- aDObrs-ae2i JMLs rvnrvae wa.nnvwLeuamcn I State of CALIFORNIA County of ORANGE On 08 -17 -2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC DATE - NAME. TITLE OF OFFICER - E.G.:'JANE DOE, NOTARY PUBLIC personally appeared D.J. PICARD ' NAME(S)OF SIGNER(s) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personf)s) whose nameiis) iskm subscribed to the within instrument and ac- knowledged to me that he /siw(thf* executed the same in hiss authorized ca acit and that b his /hraix CYNTHIA S. \NOZNEY p y , y COMM. #136225^ r<: signature(s) on the instrument the-person, s}r1 :INofary public- Malifornla ` or the on behalf of which the C'RANGF.COUNTY e entity u p , My Comm exF.�(RB2s,xone ', personM acted, executed the instrument. WITNESS my hand and official seal. s10NARME OPTIONAL Though the data below Is rat required by law, I may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL. ❑ CORPORATE OFFICER TM E(S) ❑ PARTNER(S) ❑ LtmrrED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDW41CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: NMJEOF PERSONS) OR ENmypES) ARCH INSURANCE COMPANY DESCRIPTION OF ATTACHED DOCUMENT BID BOND TITLE OR TYPE OF DOCUMENT ONE NUMBER OF PAGES AUGUST 17, 2004 DATE OF DOCUMENT N/A SIGNER(S) OTHER THAN NAMED ABOVE 0 0 POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Todd M. Rohm, Cathy S. Kennedy, Sejal P. Lange, D. J. Picard and Beata A. Sens! of Orange, CA (EACH) Its true and lawful Attomey(s}kh- Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to !ring each such land within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as Why and amply to all intents and purposes, as it the same had been dilly exectuted and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: 'VOTED, That the Chairman of the Board, the President, or any Vine President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys- in-fact,. and to authorize tihern to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process' This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors -on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Pagel of 2 Printed in U.S.A. 0 In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 1st day of April , 20 03 _ Arch Insurance Company Attested and Certified y�geca C O o muoarr �4 � sw Joseph S. Lggell, Corporate Secretary STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS Thomas P. Luckstone, We President Melissa B. Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severalty acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said Instrument as the free and voluntary act of said corporation and a$ their own free and voluntary acts for the uses and purposes therein set forth. CERTIFICATION 1, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 1', 2003 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is In full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vloe President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 17TH day of AUGUST .2o04 Joseph S 11, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. c o sna N)1 L rarr�l Home Office: Kansas City, MO OOML00 f 3 00 03 03 Page 2 of 2 Printed in U.S.A. ARCH Insurance Company NOTICE - DISCLOSURE OF TERRORISM PREMIUM ARCH Surety In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90 %) of covered terrorism losses exceeding the applicable insurer deductible. a sear RmOeRRRaro .a.:NY93fX:.diyiCiT3 'tlmuonu P�onren RrR SC ARC N'+"' m... ,..,m -. AR. R.,WUFYM Accessing the pages an ambest.com consbWfes the users. search wor Member of Arch Capital Group (U.S.) A.M. Best 6: 03186 NAIC N: 11150 View a list of group members or the group's rating 'Ratings as of0a3612000 02:06:71 PME.S.r. Best's Rating A- (Excellent}* Financial Size Categoro 1011 ($1.25 billion to $1.5 billion) Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meettheir ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may re ister online. 'protected byour , Copyright © 2004 by A.M. Best Compel lV. Inc. ALL RIGHTS RESERVED Ho vacR No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, wilhout the prior written permission statement of the A.M. Best Company. Refer to our terms of use for additional details. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 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 Contractors 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 SDecifications 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 subcontractor have been used in formulating the bid for the project and *.hat 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 Nevapo: t Beach. (Use additional sheets if needed) Subcontractors lnformation : Bid,tem Description of Work °' °o Number I To' a! E.j Nam e�i—'r1�r.,Ylf Address: �IJGi� -�E I i b NDt� tl�l ���j �Gto1�7 ?hone: --7 1 I S: e License Number: Name: Address: I ?hone: I State License Number. ! ! Name: ! I Address: i Phone: State License Number v Moore Electrical cants tines Ine- 3idder Aut onzed tie Sa�' nar_r i Rusty S./�[oore, President • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 369? TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Nar a Moore Electrical Contracting, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL R= QUIRED !NFORMATION 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 bears in excess of S i 6,000, provide the following informat'on: No. 1 Projact Name. : "dumber "See Attached" PrDjeot D=_sc- ;ci.ion Acoroximat o trucuon Dates: , , Agency Name Contact Person Telephone ( Original Contract Amount 5 Final Contract Amount If final amount is different from original, please explain (change orders, exira work, etc.) Did you file any claims against the Agency? Did the Agency rile any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. , o o ELECTRICAL CONTRACTING. INC. COMPLETED PROJECTS DATE AGENCY NAME TYPE OF WORK CONTRACT COMPLETED CONTACT ADDRESS & PHONE PERFORMED AMOUNT 2/25/2004 Danh Thai Caltrans Route 5 CCTV & Fiber $2,442,480.00 2491 East Orangethorpe Avenue Optic Systems Fullerton, CA 92831 (C112) 5/1/2002 Susan Centre City Development Corp East Village Street Lights. $1,158,845.00 Diekman 225 Broadway Ste 1100 Phase V San Diego CA 92101 (L313) 618/2004 Maryam City of El Segundo Downtown Specific Plan $619,471.00 Jonas 350 Main Street Improvements Traffic El Segundo, CA 90245 Signal Modification (L326) 2/212004 Caltrans Soundwalls Route 5/60, $379,921.00 2491 East Orangethorpe Ave. Los Angeles Fullerton, CA 92831 (1-323} 2/212004 Lindy Irvine Community Development Turtle Ridge- Phase 2 $370,625.00 550 Newport Center Drive "B" Street Newport Beach, CA 92658 (1-312) 1110/2002 Warren City of Placentia Placentia Ave Traffic $257,700.00 Siecke 401 E. Chapman Ave. Signal Coordination Placentia, CA 92870 (T387) 6/812004 Luke Bashaw Caltrans Soundwallf Pavement $197,021.00 2491 East Orangethorpe Ave. Rehab Rte 1341 Rte 170 Fullerton, CA 92831 (1-321) 463 N. SMITH AVENUE • CORONA, CA 92880 -6905 • (909) 371 -4202 • FAX (909) 371 -4296 • LICENSE NO. 610382 $190,323 $189,750.00 $172,021.00 $171,144.00 $148,853.00 $139,953.00 $130,138.50 $115,053.00 $109,670.00 $102,153.00 463 N. SMITH AVENUE • CORONA, CA 92880 -6905 • (909) 371.4202 • FAX (909) 371 -4296 • LICENSE NO. 610382 618/2004 William City of Santa Ana Street Improvements & Albright P.O. Box 1988 Traffic Signal Installation Santa Ana, CA 92702 (T423) 2/212004 City of Corona Magnolia /Compton 815 West Sixth Street Intersection Widening Corona, CA 92882 (T414) 1/10/2003 Ted P. Orange County Sanitation Bushard Trunk Sewer 10844 Ellis Ave Rehab- Ellis Ave Fountain Valley, CA 92708 (T397) 618/2004 Union Pacific Railroad Union Pacific Railroad 206 South 19th Street Suite 400 Traffic Signal at Omaha, NE 68102 Etiwanda Ave {T436} 2/2/2004 John Abbacy Holding Corporation Traffic Signal Summerhill Hollopeter 361 -C Railroad Canyon Rd Drive @ Canyon Estates Lake Elsinore, CA 92530 Drive (T416) 5/1/2004 Teri Elliott City of Huntington Beach Traffic Signal at Rancho 2000 Main Street 1st Floor Road Huntington Beach, CA 92648 (T437) 12/2/2002 Peter Rainey City of Moreno Valley Traffic Signal at Perris 14177 Fredrick Street Blvd & North Dancer Moreno Valley, CA {1380} 5/4/2004 Jenl Bliatout City of Costa Mesa Traffic Signal Fairview 77 Fair Drive Road I McCormack Lane Cost Mesa, CA 92626 (T422) 415/2004 Richard Broadstone Upland LLC -C /O Edison & Verizon- Zuloaga Alliance Residential Builders 4808 Broadstone Arrow & North 22nd Street Suite 200 Central Phoenix, AZ 85016 (13165) 6/8/2004 John Korb County of Riverside State Hwy 79- Benton Transportation Department Intersection 4080 Lemon Street Floor 8 (1429) Riverside, CA 92501 $190,323 $189,750.00 $172,021.00 $171,144.00 $148,853.00 $139,953.00 $130,138.50 $115,053.00 $109,670.00 $102,153.00 463 N. SMITH AVENUE • CORONA, CA 92880 -6905 • (909) 371.4202 • FAX (909) 371 -4296 • LICENSE NO. 610382 • COMPLETED PROJECTS • SR -22 Garden Grove CCTV Surveillance System and Caltrans District 12 Intertie {C101} Client: Contract No.: Client Contact: City of Garden Grove 7272 George Allen, P.E. 11222 Acacia Parkway Garden Grove, CA. 92842 (714) 741 -5190 (714) 741 -5578 Fax MEC served as the Prime Contractor on this project for the City of Garden Grove, Caltrans District 12 and the City of Santa Ana. MEC was responsible for the construction of 4 CCTV installations, the installation of 15, 000 feet of fiber optic cable and conduit for the associated communication system, and the integration of the CCTV system at the existing Traffic Management Center facilities. Three of the CCTV installations were installed on Caltrans right -of -way and one was installed within the City of Santa Ana. Type of Contract: Fixed Amount Contract Initial Contract amount: $392,480.00 Final Contract value: $397,679.00* *Contract amount increase due to Contract amendment. Contract Starting Date: June 1999 Initial Completion Date: September 2000 Final Contract Completion Date: September 2000 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion • Route 15 Fiber Optic Communication System in San Bernardino County {C1081 Client: Caltrans Contract No. 08- 384414 Client Contract: Mario Savala, R.E. 464 West 4h Street San Bernadino, CA. 92401 -1400 (909) 453 -8925 (909) 799 -1936 Fax MEC was the Prime Contractor on this project for Caltrans. This project included equipment modification of existing Hub. The project was also comprised of approximately 3 miles of trenching, conduit and innerduct placement. MEC forces also installed, spliced and tested over 15,000 feet of 12 strand, and 68,000 feet of both 48 and 60 -strand single mode fiber optic cable. The project added 16 CCTV's, associated poles hardware, 30 Transceivers, Video Transmitter and Receiver, Modulators, FDU's, and 27 splice cases were placed in vaults throughout the project. All communications components on this project were installed, integrated and tested by Moore technicians. Type of Contract: Fixed Amount Contract Initial Contract amount: $2,129,203 Final Contract value: $2,090,885 Contract Starting Date: November 2001 Initial Completion Date: November 2002 Final Contract Completion Date: December 2002* *Final Contract Completion Date change due to Contract Change Orders. Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion • Installation of CCTV and Traffic Management Systems: Rte 91 in Orange County {D1411 Client: Caltrans Contract No. 12- 0577U4 Client Contact: Monas Chaudry, R.E. 2491 E. Orangethorpe Avenue Fullerton, CA. 92831 (714) 680 -7834 (714) 680 -7836 Fax MEC served as the Prime Contractor on this project for Caltrans. This project added l0ea CCTV's, 5ea TMS', 2ea CMS', 24ea RMS' or TS' and head end communications equipment on the 91 Freeway from the Los Angeles County line to Coal Canyon. MEC forces also installed, spliced and tested a total of 100,00 feet of 72 strand, 45,000 feet of 36 strand, and 19,000 feet of 12 -strand single -mode fiber optic cable. The electronic equipment installed in the communications hub building located at the 91 and 55 freeways consisted of 12 optical video receivers, 12 optical data modems, 2 video codecs, 1 T -1 data multiplexer, and 1 video matrix switch. Equipment installed in the Caltrans District 12 Traffic Management Center included 1 T -1 data de- multiplexer and 2 video decoders. MEC technicians installed, tested and integrated all communications components on this project. Type of Contract: Fixed Amount Contract Initial Contract amount: $3,000,000.00 Final Contract value: $3,507,265.00* *Contract amount increase due to Contract Addendum. Contract Starting Date: September 1996 Initial Completion Date: August 2001 Final Contract Completion Date: February 2002 Caltrans suspended contract for approximately one and a half years due to a separate freeway - widening project. Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in firll or in part. Full completion 0 0 Automated Traffic Surveillance and Control System (ATSAC) Expansion {13152) Client: City of Los Angeles Contract No.: W.O. L9902355 Client Contact: Manoochehr Adhami 6430 Sunset Blvd. Suite 709 Los Angeles, CA. 90028 -7350 (626) 255 -4592 (818) 782 -8577 Fax MEC served as the Prime Contractor on this project to expand the City of Los Angeles' ATSAC system in the Boyle Heights area. The project included 14 new CCTV camera installations, video data multiplexing equipment, modifications to 166 signalized intersections, communication system consisting of approximately 25 miles of fiber optic signal interconnect. Type of Contract: Fixed Amount Contract Initial Contract amount: $8,787,480.00 Final Contract value: $9,793,480.00* *Contract amount increased due to Owner Change Orders Contract Starting Date: June 1999 Initial Completion Date: August 2001 Final Contract Completion Date: August 2001 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion and the associated cable and twisted pair Install CCTV and Traffic Management Elements: Rte 110 in Los Angeles County {D155) Client: Contract No. Client Contract: Caltrans 07- 168104 Mike Fardoun, R.E. 12901 Ramona Boulevard Suite `H' Irwindale, CA 91706 (626) 338 -3430 (626) 331 -8811 Fax MEC served as the Prime Contractor on this project for Caltrans. This project added 6ea CCTV's, I lea RMS' or TS', 4ea TMS', and head end communication equipment on the 110 freeway from Gage Avenue to the 10 Freeway and on the 110 Freeway between the 405 Freeway and the 91 Freeway. MEC forces also installed, spliced and tested a total of 12,500 feet of 36 strand, 22,000 feet of 24 strand, 35,000 feet of 12 strand single -mode fiber optic cable, 10,500 feet of 50 pair copper and 10,500 feet of 2 -1 '/4" innerduct. Electronic equipment installed in several communications hub buildings and the Caltrans District 7 TMC consisted of 1 video multiplexers, and T -1 data multiplexer. MEC technicians installed, tested and integrated all communications components on this project. Type of Contract: Fixed Amount Contract Initial Contract amount: $1.7M Final Contract value: $1.7M Contract Starting Date: May 2001 Initial Completion Date: February 2002 Final Contract Completion Date: February 2002 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion 0 0 ROUTE 5 TELECOMMUNICATIONS SYSTEM IN SAN CLEMENTE {D1561 Client: California Department of Transportation Contract No.: 12- 082804 Client Contact: Danh Tahi 2491 E. Orangethorpe Fullerton, CA. 92831 (714) 680 -7829 (714) 680 -7836 MEC served as the Prime Contractor on this project for Caltrans. This project added 16 new CCTVs, innerduct, conduit and approximately 35 miles of Fiber Optic Cable, which MEC forces spliced and tested. The electronic equipment for this project included 22 Video Transceivers, 22 Receivers, 67 Data Modems and ancillary equipment. Type of Contract: Fixed Amount Contract Initial Contract amount: $4,414,480.00 Final Contract amount: $4,465,108.03* *Contract amount increase due to Change Orders Contract Starting Date: October 2000 Final Contract Completion Date: March 15t 2003 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part: Full completion Modify {L303) Client: • • Lighting & Sign Illumination Routes 2, 5 & 134 Client Contract: Caltrans Contract No. 07- 140804 Mike Fardoun, R.E. 12901 Ramona Boulevard Suite `H' Irwindale, CA 91706 (626) 338 -3430 (626) 331 -8811 Fax MEC served as the Prime Contractor on this project for Caltrans. Replacing, removing and installing 44 sign fixtures and one 190 lighting fixtures on 46 bridge crossings as well as maintaining the existing fiber optic communications system. MEC installed two 238 street lights, 180 traffic signals including the electrical circuitry, programmable controllers, pedestal mounted electrical meters and meter enclosures. Installation of pre - assembled multi- conductor cable in one 1060 meters of three -inch conduit and 10360 meters of two -inch conduit. MEC forces also installed 271 Pull Boxes, and over 46 meters of electrical wiring for this project that was completed on time and under budget. Type of Contract: Fixed Amount Contract Initial Contract amount: $1,929,521.00 Final Contract value: $2,019,507.16* *Contract amount increase due to Contract amendment Contract Starting Date: August 2001 Initial Completion Date: September 2002 Final Contract Completion Date: February 2003 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion 0 Advanced Toll Collection and Accounting System (ATACS) {C1021 Client: Adesta Transportation Systems, hie., Client Contact: William Ginegaw, Project Manager 6723 Sierra Court Suite C Dublin, CA. 94568 (925) 686 -8850 MEC is serving as a subcontractor on this project to install a fully functional toll collection system at seven toll bridge plazas crossing the San Francisco Bay. The project includes the installation of all conduit, power and fiber optic communications systems, violation detection cameras, electronic toll collection antennae, treadles, light curtains, patron toll displays, inductive loops, and inter - building work at each plaza. Type of Contract: Fixed Amount Contract Initial Contract amount: $4,384,819.00 Final Contract value: $4,384,819.00 Contract Starting Date: July 1999 Initial Completion Date: October 2001 Final Contract Completion Date: September 2000 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: Suit filed against Adesta due to the fact that Adesta filed bankruptcy prior to making final payment to Moore. Number of Legal Claims in litigation: Settled in favor of Moore Electrical in April Contract terminated in full or in part. Full completion • • Pier 400 Transportation Corridor North {T369} Client: Griffith Company Client Contact: Brett Schultz, Project Manager 12200 Bloomfield Avenue Santa Fe Springs, CA. 90670 (562) 929 -1128 MEC is serving as a subcontractor on this project for the City of Los Angeles, Harbor Department to install Type of Contract: Fixed Amount Contract Initial Contract amount: $167,021.00 Final Contract value: $195,353.99 Contract Starting Date: July 30, 2001 Initial Completion Date: Final Contract Completion Date: August, 2002 Assessed damages for delays: None incurred Number of Legal Claims incurred in contract: 0 Number of Legal Claims in litigation: 0 Contract terminated in full or in part. Full completion No. 2 Project Name /Number "See Attached" Project Description Approximate Construction Dates: From Agency Name Contact Person 0 To: Telephone ( ) 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, br jely explain and indicate outcome of claims. No No. 3 Project NamE'Number "See Attached" Project Descripton Approximate Construction Dates: 'for.l Agency Name Contact Person Telephone( Original Contract Amount Final Contract Amount If final amount is different from original, please explain (change orders. extra •.vork, 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. 5 • s No. 4 Project Name!Number °See Attached" Project Description Approximate Construction Dates: From Agency Name Contact Person To: Telephone ( ) 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 --!aims. No No. 5 Project Name.'NUmber , . -ofeCt DeS&DJOn "See Attached" Approximate Cons_i uction Dates: From Agency Na,Te Contact Person Telephone ( ) 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 &,aims against you!Contractor? If yes, briefly explain and indicate outcome of claims. No 9 0 No. 6 Project Name, Number Project Description "See Attached" Approximate Construction Dates: From Agency Nam=_ Contact Person Telephone ( 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 Sle any cla .ra against you,'Contractor? If yes, briefly explain and indicate outcome of caims. 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 shad attach a financial statement and other suriciently ocrnprehensive to permilt an appraisal of t. ^:e Contr�s c .- conditions. Noore Electrical Contractive, Inc. Bidder .Q Sig Rusty B. liogfe, • C� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 NON- COLLUSION AFFIDAVIT State of Caiifomia ) ) ss. County of Riverside ) Rusty B. Moore being first duly swom, deposes and says L~at heQfLs is President of Moore Electrical Contractive jh H4+&'tY 9 makin 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 behaif 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 out in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else tc put in a sh2m 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 She bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the Did price, or of that of any other bidder, or to secure any advantage against the public body awe ding the contract of anyone interested in the proposed contract.; that all statements contained in the bid are t,---e; and, further, that the bidder has not, directly or indirectly, submitted his or her b;d price or any breakdown ;hereof, or the contents thereof, or divulged information or data reia :`ve thereto, or paid, and will not pay, any fee to any corporation, partnership, company associatio ,. organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham b� I declare under penalty of perjury of the !aws of the State of and correct. Moore Electrical Contracting lnc. — •!Z Bidder Authorized Rusty B. Subscribed and swom to before me this 25 uam� C"J�l Notary Public Diane Cody, No Public My Commission Expires: 11 /a /D7 Is trJe , President August 2004. [SEAL] DIANE coot r COMM, M10333i3 W e Nobvy pubx048111 mra (AA RIYERSME COUNTY MY COMM. Exp, Nov 8, 2007 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 DESIGNATION OF SURETIES Bidders name Moore Electrical Contracting, Tnr 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): "See Attached" 12 0 or ELECTRICAL CONTRACTING. INC. Insurance Agent: Rohm Insurance Agency 26 Plaza Square Ste #200 Orange, CA 92866 (714) 516 -2960 phone (714) 516 -2965 fax Bonding Agent: Dan Picard Rohm Insurance Agency 26 Plaza Square Ste #200 Orange, CA 92866 (714) 516 -2960 phone (714) 516 -2965 fax Surety Co.: Arch Insurance Co. 7470 N. Figueroa Street Los Angeles, CA 90041 (323) 257 -8291 463 N. SMITH AVENUE • CORONA, CA 92880 -6905 • (909) 371 -4202 • FAX (909) 371 -4296 • LICENSE NO. 610382 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT/MARINE AVENUE STREETLIGHT REPLACEM =NT CONTRACT NO. 3697 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Moore Electrical Contracting, Inc. Record Last Five (b) Full Years Current Year of Record Current Record ' Record Record I Record Record Year of for for for for for Record 2003 2002 2001 2000 1999 Total 2004 No of contracts 5(,o IOQ f _r l $G� Q8 Total dollar Amount of Contracts (in Thousands of S No. of fatalities 3,073�0� a'f 939a�,'�sa)� 031 VT) 58S No. of icst Workday Cases No. of lest workday cases involving permanent transfer to another job or termination of emDlovment The information required for these items is the same as required for columns 3 to o, Code 10, Occupational Injuries, Summary -- Occupational Injuries and.illnesses, OSHA No. M. 0 0 Legal Business Name of Bidder Moore Electrical Contracting, Inc. B::SIneSS Address: 46,1 North Smith Avnnne Corona, CA 92880 Business Tel. No.: (951) 371 -4202 State Contractors License No. and Classification: 610382 C -10 Title The above information was compiled from the records that are avaiiabie to me at this time and I declare under penalty of perjury tha nformation is true and accurate within the limitations of 'those recor4s. Signature of Da te 8 2 04 (/ Title Rusty B. xWre, President Signature of bidder Date 8/25/04 Title Paul J'. _Thorp, Vice President Signature of bidder Dare Title Signature of bidder Date 7; t 1 e If bidder is an individual, name and signature of individual must be 'rcvided, and, if .e 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 ve ^ture must be provided, followed by signatures of all of the partners /joint ventures or cf 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 notarzed signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partner, 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. 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Riverside E On 8/25/04 beforeme, Diane Cody xpraro p„lilic Oate Name and TNB of OlfiCar (eg','Jana Doe, Notary Pu911c' personally appeared Rusty B. Moore and paul J: Thorn Name(s) at signers) DIANE CODY ,- COMM.17f50"S m y n Notary Publie-CalRornia y W RIVERSIDE COUNTY My Comm. Exp. Sim S, 2007 ® personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Ware subscribed to the within instrument and acknowledged to me that 1testehekhey executed the same in 4WAe#their authorized capacity(ies), and that by - hisAter/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. D11 an e Co yf96otr "y. Public OPTIONAL Though the information below is not required by law, d may prove valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this to= to another document. Description of Attached Document Title or Type of Document: Corporate Officers Signatures Document Date: 8125/04 Number of Pages: 7 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Busty B. Moore and Paul J. Thorp ❑ Individual A Corporate Officer — Title(s): President and Vice President ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Moore Electrical Contracting, Tnr_ RIGHT THUNISPRIN'r OF SIGNER ®1989 National Notary Aaeociagon - 9359 De Soto Ave., P.O. Box 2 - ChetsxnNO, CA 9131 3-24 02 • w nOwalri lxyaq Pr tl. No. 507 R Jer. Call TollFme 1� 0 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 ACKNOWLEDGEMENT OF ADDENDA Bidders name Moore Electrical Contracting, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: iD E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corpo ratio n:Noore Electrical Contracting, Inc. Business Address: 463 North Smith Avenue Corona, CA 92880 Telephone and Fax Number: (951) 371 -4202 (951) 278 -3406 California State Contractor's License No. and Class: 610382 C -10 (REQUIRED AT TIME OF AWARD) Original Date Issued:1 /22/91 Expiration Date: 1/31/05 List the name and title /position of the person(s) who inspected for your irm the site of the work proposed in these contract documents: The following are the names, titles, addresses, and phone numbers of ail individuals, firm members, partners, joint ventures, and company or corporate o- -icers having a principal interest in this proposal: Name Title Address Telephone go Corporation organized under the laws of the State of California o ELECTRICAL CONTRACTING. INC. Rusty B. Moore, President Paul J. Thorp, Vice President Wesley L. Lobo, Vice President Marilyn J. Phillips, Corporate Secretary Ray Ashworth, Chief Financial Officer 463 N. SMITH AVENUE • CORONA, CA 92880 -6905 • (909) 371 -4202 • FAX (909) 371 -4296 • LICENSE NO. 610382 • • The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: None 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; None Briefly summarize the parties' --:aims and defenses: Have you ever had a contract terminated by the ownedagency? If so, explain. No 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 lab mpliance i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Ye / No Are any claims or actions unresolved or outstanding? Yes No 11? 0 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 to considered non - responsive. Moore Electrical Contracting, . Bidder (Print name of Owner or of corooratiorfirG)noapm Ill? 8/25/04 Date Subscribed ar:_ zwom to be-'ore me .h.s ---- _ day of 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California as. County of Riverside On 8/25/04 Dare before me, Diane Cody Not-m7 R.hl it , Nerve and Tdre d 011ker(ea,, -. Doe, NMery Pocky personally appeared Rusty R_ mwro Norva(.) W Si9ner(s) DIANE CODY COMM. #14500*5 m Notary PubScG4dUomfa N '.0 RIVERSIDE COUNTY My ComnN Exia. Net S, ZOOM I& personally known to me ❑ proved to me on the basis of satisfactory evidence to be the persona)- whose name* islare. subscribed to the within instrument and acknowledged to me that he /sff&Fey executed the same in his/herMT0r authorized capacity(iee, and that by hisihe:Ah&W — signatures on the instrument the persons), or the entity upon behalf of which the person(44- acted, executed the instrument. ITNESS my hand and official seal. Diane Cody;ia7WYf °it"nblic 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 or this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name O Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attomey -in -Fact O Trustee 0 Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: RIGHT T11111 IPRINT Or-SIGIJER 01999 National Nore,y Asaoamion •9350 De Soto Aw., P.O. 9or 2402 -CheSwoM, CA 913132402 - wwwna0ominotery.Die Pm . No. 5907 Rooker'. CDII Td�Froo 1.900A79A922 License Detail is • Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 610382 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the lin button to obtain complaint and /or legal action information. • Per B &P 7071 .17, only construction related civil judgments known to the CSLB are di • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 08/2612004 * * * Business Information * * * MOORE ELECTRICAL CONTRACTING INC 463 NORTH SMITH AVE CORONA, CA 92880 Business Phone Number: (909) 371 -4202 Entity: Corporation Issue Date: 01/22/1991 Expire Date: 01/3112005 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description C10 ELECTRICAL * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number S5004582 in the ar $10,000 with the bonding company http: / /www2.cslb.ca.gov /CSLB_LIBRARY /License +Detail.asp 08/26/2004 License Detail • • Page 2 of 2 Effective Date: 01/01/2004 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL(1): This license filed Bond of Qualifying Individual i CAIFSU0318682 for RUSTY BRADFORD MOORE in the amount of $7,500 with the boi company INTERNATIONAL FIDELITY INSURANCE COMPANY. Effective Date: 03/07/2003 BQI's Bonding History * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number: 044 - 0019574 Effective Date: 10/01/1999 Expire Date: 10/01/2004 Workers Compensation History Personnel listed on this license (current or disassociated) are listed on other lice) Personnel List Other Licenses License Number Request Contractor Name Request Personnel Name Request Salesperson Request Salesperson Name Request © 2004 State of Califomia. Conditions of Use Privacy Policy http: / /www2. cslb. ca. gov/ CSLB_LIBRARY /License+Detail.asp 08/26/2004 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 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 Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 CONTRACT THIS AGREEMENT, entered into this 6 day of Sept. , 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Moore Electrical Contracting, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: WEST NEWPORTIMARINE AVENUE STREETLIGHT REPLACEMENT Project Description 3697 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractors bid, and the compensation set forth in this Contract, is based upon 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, Bidders Bond, Non- Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3697, 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 0 0 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 Four hundred sixty-six thousand, five hundred eighty-two and 201100 Dollars ($466,582.20). 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) 6443342 Moore Electrical Contracting, Inc. 463 North Smith Avenue Corona, CA 92880 Phone: 951-371-4202 Fax: 951- 278 -3406 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: °I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 9 E 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 11185) or Insurance Services Office form number GL 0002 (Edition 1173) 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 project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 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 23 • • amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to 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. I. 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. 24 0 0 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day onA .., nhnvc CITY OF NEWPORT BEACH A Municipal Corporation t By: Mayor APP D S TO FORM: MOORE ELECTR AL CO C G Y: CITY TO ATRNEY Authorize a Tit Rusty ZfoOre, President 25 ARCH Insurance Company ARCH surety NOTICE — DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90 %) of covered terrorism losses exceeding the applicable insurer deductible. ACORD. CERTIFICAT OF LIABILITY INSURARE OP ID S DnrE tMYVO yrryl MOOREE7 09 /03/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rohm Insurance Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Plaza Square, Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Orange CA 92866 Phone:714 -516 -2960 Fax:714 -516 -2965 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Lexington Ins. CO. INSURER B: Twin City Fire Ins. Co. Moore Electrical Contracting, INSURER C: Inc. 463 N. Smith Avenue INSURER D: Corona CA 92880 -6905 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION ANY REOUIREMEL7. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR DATE THEREOF, THE ISSUING INSURER IMLL lNeMWORTOADIIL *30 DAYSVMIfTEN MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LNbK POUCY NUMBER 1 LTR ADUL TYPE OF INSURANCE DATE MWDO DATE MINDOM' LIMITS GENERAL LI4811.RY EACH OCCURRENCE 51,000,000 A X X. COMMERCIAL GENERAL LIABILITY 2845286 01/01/04 01/01/05 PREMIISES' Ea pmaence) 5 50,000 CLAIMS MADE X OCCUR MED EXP 4k-,y me person) S EXCLUDED PERSONAL S ADV INJURY $1,000,000 GENERAL AGGREGATE- 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPIOP AGG S 2 , 0 D O , D 0 0 PO-ZY X PRO- LOC JECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s 1, ODD, 000 B X X An: AUTO 72UENM7525 01/01/04 01/01/05 (Ea C oBi1 AL- OWNED AUTOS BODILY INJURY 5 SCIEDULEDAUTO$ (PK peIw.) X HIRED AUTOS BODILY INJURY S 'X NDAOWNED AUTOS i [P�acpOPl:) PROPERTY DAMAGE S (PG ecaEen :) GARAGE LABILITY AUTO ONLY- EA ACCIDENT S MY AUTO OTHER THAN EA ACC S . AUTO ONLY: AGG S EXCESSMAM REL.LA LIABLLRy EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE 5 $ DEDUCTIBLE S RETENTION S - S WORKERS COMPENSATION AND u TORY LIMITS ER EMPLOYERS LIABILITY E.L EACH ACCIDENT S ANY PROPRIETOWPARTNER(EXECUTTVE OFFICERWEYSER EXCLUDED? EJ- DISEASE - EA EMPLOYEE 5 rc ye5 aeemx uoa SPECIAL PROVISIONS bdOw E.L. DISEASE POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS *EXCEPT 10 DAYS FOR NON PAYMENT OF PREMIUM. THE CITY, IS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES & VOLUNTEERS ARE NAMED ADDITIONAL INSURED GENERAL & AUTO LIABILITY PER THE ATTACESD ENDORSEMENT. RE: MEC #L335; WEST NEWPORT- MARINE AVE STREETLIGHT REPLACEMENT. CONTRACT #3697. WC CERT W /WAIVER OF SUBROGATION WILL FOLLOW FROM STATE FUND --- - - -- --- -- - - NEWPORT SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION CITY OF NEWPORT BEACH DATE THEREOF, THE ISSUING INSURER IMLL lNeMWORTOADIIL *30 DAYSVMIfTEN PUBLIC WORKS DEPT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. ATTN: MICHAEL SINACORI, PM P.O. BOX 1768 NEWPORT BEACH CA 92658 -8915 FISPRESS""NIES— AUTHORIZED REPRESENT ACORD 25 (2007108) ' 1 wNbVRM A,VRY' .'V. ... 0 ENDORSEMENT This endorsement effective 12:01 AM 9/3/04 Forms a part of policy no.: 2845286 Issued to: Moore Electrical Contracting By: Lexington Insurance Company 11 ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCLAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES & VOLUNTEERS PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 RE: MEC #L335; WEST NEWPORT- M?.RINE AVE STREETLIGHT REPLACEMENT. CONTRACT #3697 (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 11) 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. IT IS AGREED THAT THIS POLICY IS PRIMARY AS RESPECTS ANY INSLRANCE MAINTAINED BY THE ADDITIONAL INSURED AND THAT SUCH LNSLRANCE NI AINTArNED BY THE ADDITIONAL INSURED IS EXCESS AND NON - CONTRIBUTORY WITH THIS POLICY AS RESPECTS TO WORK PERFORMED BY THE NAMED INSURED. IT IS AGREED THAT THE INSURANCE COMPA \Y SHALL AFFORD TO PROVIDE THIRTY (30) DAYS WRITTEN NOTICE OF CANCELLATION TO THE INSURED rN THE EVENT OF CANCELLATION OR `.LATERIAL REDUCTION IN COVERAGE. LX0869 (01!95) 0 0 This endorsement, effective 12:01 AM 9/3/04 Forms a part of policy no.: 2845286 Issued to: Moore Electrical Contracting By: LEXINGTON INSURANCE COMPANY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHER TO US Schedule Name of Person or Organization: Blanket where required under written contract. CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES & VOLUNTEERS PUBLIC WORKS DEPARTMENT P.O. BOX 1768 NEWPORT BEACH, CA 92658 -8915 RE: MEC #L335; WEST NEWPORT - MARINE AVE STREETLIGHT REPLACEMENT. CONTRACT #3697 The Transfer of rights of recovery Against other to Us Condition (Section IV- Commercial General Liability Conditions) is amended by the addition of the following: We waive any right of recovery we may have against the person to organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or " your work" done under a contract with that person or organization and included in the "products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. LEXD00O21 (Ed. 12/87) LX0404 0 0 9/3/04 INSURED: Moore Electrical Contracting INSURANCE COMPANY: Twin City Fire Ins. Co. POLICY NUMBER. 72UENTUR7525 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INStiRED - OWNERS OR LESSEES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM \ame of Person or Orsanization: CITY OF NEWPORT BEACH. ITS OFFICERS. AGENTS, OFFICIALS. EMPLOYEES & VOLUNTEERS PUBLIC WORKS DEP.ARTVIENT P.O. BOX 1768 NEWPORT BEACH, CA 93658 -8915 RE: SEC #L335; WEST NEWPORT - MARINE AVE STREETLIGHT REPLACEMENT. CO N-TRACT #3697 "WHO IS AN I\SLRED" is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. The following is added to the liability coverage "WHO IS A_N ENSURED" Provision: THE PERSON OR ORGA \`IZATION SHOWN INI THIS SCHEDULE, BUT ONLY WITH RESPECT TO AUTOMOBILE LIABILITY ARISING OUT OF ACTIVITIES FOR THAT INSURED BY YOU. Rohm Insurance Agenc% • PAHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 09 -07 -2004 CITY OF NEWPORT.BEACH - ATTN: MICHAEL-SINACORT P.O. SOX 1768 NEWPORT BEACH CA x92658: -,. GROUP: 000044 POLICY NUMBER: 19574-2003 CERTIFICATE ID: 974 CERTIFICATE EXPIRES: 10 -01 -2004 10 -01- 2003/10 -01 -2004 JOB:. X.3C #L33,5 WEST NEWPORT - MARINEjAVE. STREETLIGHT REPLACEMENT CONTRACT #3697 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 that will expire or did expire as Indicated above This certificate of insurance-is notan insurance.: policy and.. does not amend,-extend or alter 1he.coverage afforded by the policy listed hdretn, Notwithstanding any requirement, term or condition of any Contractor other document with respect to which this Certificate of insurance may be °issued or to which ft may pertain; the insurance afforded by the policy described herein is subfect'to all the terms, exclusions, acid 'conditions, of such policy. ' AUTHORIZED REPRESENTATNE:, .. ,. -_ ...:PRESIDENT .. :... ... EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 42065'ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -01 -2000 IS ATTACHED, TO AND .FORMS A PART OF THIS POLICY. - ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 09 -07 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER MOORE ELECTRICAL CONTRACTING, INC. 463 N SMITH AVE CORONA CA 92880 DAC.9D RIM :09-03200/ SCIF 10262E Accept Nis pen6i only 4 you spe p fain, wa, .rc Net reatl 'OFFICIAL STATE FUND DOCUMENT PAGE I OF . • 0 n State of Coltfomia `f�i� =• CONTRACTORS STATE LICENSE BOARD ACTIVE UCENSE 610382 E, CORP ,. MOORE ELECTRICAL CONTRACTING INC C 10 01/31/2005 Cnib OF NEWPORT BF#CH C MOORS ELECTRICAL 463 N SMITE AVE CORONA, CA 92880 -6905 INSTRUCTIONS AND CONDITIONS ACCOU,IiTNUMBER: BT03030658 EXPIRATION DATE: 01/31/2005 Welcome to the City of Newport Beach, and thank you for your business tax payment This business tax certificate is evidence that the named business has paid a tax to conduct the business activity designated, within the City of Newport Beach, until the expiration date shown. Please notify the Revenue Division immediately if any of the information on the certificate changes. This certificate is valid only at the address indicated and must be displayed in a conspicuous location. If your business is not conducted at a permanent location Municipal Code requires that any representative, while transacting business within the city, carry this certificate. This business tax certificate does not authorize the named business to conduct any activities regulated by the City of Newport Beach or other agencies. Authorization for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates are not transferable to any other party or person and are not pro-rated. Refunds are not provided once the certificate has been issued. business tax certificate is valid until the expiration date, and must be renewed annually prior to that date. Changes in type of ownership (i,e. from a sole proprietorship to a partnership or LLC), nature of business, or ownership void the current certificate and require filing of and payment for a new application. Additional certificates are required if additional types of business activity are initiated at the same address, or additional locations of the same business are established (Municipal Code sections 544 through 5.08). For your convenience, the Revenue Division will mail a courtesy renewal notice, prior to the expiration date, to the billing address of record. Non - receipt of the notice does not alleviate the requirement to renew. Penalties are imposed, for late renewal at a rate of 25% per month to a maximum of 100% of the base tax.. The Revenue Division is available, to answer any questions regarding business tax certification and requirements. Call (949) 644-3141; e-mail us at: RevenueHelp@ci .newport- beach.caus, or visit us on the intemet at www citv.nevmort- beach.ca.us and view the Municipal Code on-fine. DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE THIS TAX PAYMENT EXPIRES: 01/31/2005 ACCOUNT NUMBER: BT03030658 SERVICE ADDRESS: ± G �7✓ PG M ': MOORE ELECTRICAL CONTRACTING x 463 N SMITE AVE CORONA CA 92880 -6905' BUSINESS CATEGORY: .ELECTRICAL WORK SELLERS PERMIT: NO SELLERS �z ;- OWNER NAME: MOORS, RUSTY OWNERSHIP TYPE: CORPORATION TAX INCLUDES PAYMENT FOR: 0.00 EMPLOYEES DATE OF ISSUE: 01/28/2004 F--1 .. Enter your TIN in the appropriate box. For individuals, this is your social security number (SSN). Social security number However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3, or Note: If the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identification number to enter. 3 131014 14 10 16 1 7 17 Under penalties of perjury, I certify that 1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) 1 have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. person (including a U.S. resident alien). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the instructions on page 4.) Sign Signature or Here I U.S. person ► Purpose of Form A person who is required to file an information return with the IRS, must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. U.S. person. Use Form W -9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee, Note: If a requester gives you a form other than Form W -9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W -9. Foreign person. If you are a foreign person, use the appropriate Form W -8 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities), Date ► - I V Nonresident alien who beco es a s(dent alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the recipient has otherwise become a U.S. resident alien for tax purposes. Ir you are a U,S, resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement that specifies the following five items: 1. The treaty country, Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident aiien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Cat. No. 1O231X Form W-9 (Rev. 1 -2003) W Form Yw'9 Request for Taxpayer Give form to the (Rev. January 2003) Identification Number and Certification requester. not m ux, treasv y oMnal send t0 the IRS. I Internal Revenue Service R N Name W MOORE ELECTRICAL CONTRACTING INC. CL Business name, if different from above c a am r? � � Cl Sale proprietor ® Corporation ❑ Partnership ___..___... Check appropriate box: Other ► - - - - - -- backup ❑ withholding Address (number, street and apt or wits no.) RequestWs name and address (opdong CL = 0 463 NORTH SMITH AVENQE" state. and ZIP code BCity, L CORONA CA 92880 r$ n y List accwnt numbers) here (optional) m N • Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. For individuals, this is your social security number (SSN). Social security number However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3, or Note: If the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identification number to enter. 3 131014 14 10 16 1 7 17 Under penalties of perjury, I certify that 1. The number shown on this form is my correct taxpayer identification number (or 1 am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) 1 have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. 1 am a U.S. person (including a U.S. resident alien). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See the instructions on page 4.) Sign Signature or Here I U.S. person ► Purpose of Form A person who is required to file an information return with the IRS, must obtain your correct taxpayer identification number (TIN) to report, for example, income paid to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. U.S. person. Use Form W -9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee, Note: If a requester gives you a form other than Form W -9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W -9. Foreign person. If you are a foreign person, use the appropriate Form W -8 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities), Date ► - I V Nonresident alien who beco es a s(dent alien. Generally, only a nonresident alien individual may use the terms of a tax treaty to reduce or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a "saving clause." Exceptions specified in the saving clause may permit an exemption from tax to continue for certain types of income even after the recipient has otherwise become a U.S. resident alien for tax purposes. Ir you are a U,S, resident alien who is relying on an exception contained in the saving clause of a tax treaty to claim an exemption from U.S. tax on certain types of income, you must attach a statement that specifies the following five items: 1. The treaty country, Generally, this must be the same treaty under which you claimed exemption from tax as a nonresident aiien. 2. The treaty article addressing the income. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. 4. The type and amount of income that qualifies for the exemption from tax. 5. Sufficient facts to justify the exemption from tax under the terms of the treaty article. Cat. No. 1O231X Form W-9 (Rev. 1 -2003) SEP -21 -2004 TUE 09:55 AM FAX N0, • P. 01 /01 Ck Fax 0: �1jQ `# 3 31e CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. , Date Received: Lf Dept.lContact Received From: 5 , Ci - h o- o yitl�- Date Completed: - D It Sent to: 01LA g, By- 42 . 1 Company /Person required to have certificate: ryl F. GENERAL LIABILITY A. INSURANCE COMPANY: l p X i }1?f✓i n S- Cx� B. AM BEST RATING (A: VII or greater); V C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1,,,.1 ocG AR e,- E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? r<rYes © No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes © No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? WYes ❑ No 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? ❑ Yes No I. 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. EL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: �iJ 1 r� C.� 1 r c B. AM BEST RATING (A: VII or greater): t4 It., XC V C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? S2''Yes C3 No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? kV1 `C I E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 4'i es ❑ No F. PRIMARY it included? & NON- CONTRIBUTORY WORDING (Far Waste Haulers only): ❑ Yes [:1 No Is 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. >II. WORKERS' COMPENSATION A. INSURANCE COMPANY: S+a+- Cb1-:�.. C a4AOI, Z -- n%. FU n,nt S. AM BEST RATING (A: VII or greater): rr.jfi ,tea {eft C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): is it included? Acyes ❑ No HAVE ALL ABOVE REQUIREMENTS SEEN MET? gYes Q No IF NO, WHICH ITEMS NEED TO BE COMPLETED4 Company Profile Company Profile • Page 1 of 2 ARCH INSURANCE COMPANY y ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800 -821 -5546 Former Names for Company Old Name: FIRST AMERICAN INSURANCE COMPANY DBA Effective Date: 11 -06 -2002 AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Effective Date: 01 -05 -1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: 11150 1279 3005 -6 July 19, 1985 UNLIMITED - NORMAL Company Type: Property & Casualty State of Domicile: MISSOURI 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 ssarv. AUTOMOBILE BOILER AND MACHINERY COMMON CARRIER LIABILITY DISABILITY FIRE http://cdinswww.insurance.c,a.gov/pls/wa_co_prof/idb_co_prof utl.get_co _prof?p_EID=... 09/21/2004 Company Profile • Page 2 of 2 LIABILITY MARINE TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information #� Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - August 17, 2004 07:34 AM Copyright © California Department of Insurance Disclaimer http: / /cdinswww. insurance. ca.gov /pls /WU_co _prof/idb_co _prof utl.get co _prof?p_EID =.. 09/21/2004 1J PR1of13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL WEST NEWPOR TIMARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 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. 3697 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: WEST NEWPORT STREET LIGHT REPLACEMENT ITEM QUANTITY AND UNIT iTEM DESCRIPTION AND UNIT UNIT ?R!C = PRICE WRITTEN IN WORDS TOTAL PRICE Al LUMP SUM _Uo ization 9t)&ROO CI Dollar and 00 Cents Per Lump Sum �� 0 S, �y�wD. A2 LUMP SUM Traffic y�tro @c7 110 1 VVilSaatf�Dollars and Cents Per Lump Sum pp S� A3 4 EACH Replace street light standard with Type I standard and 70 watt, 2p400 -fez� T ajrSe ollars and �} Cents Par Each ��_00 S$(�'�" PR2of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A4 60 LF Install 448, 2410 (110 V) insulated conductors and 148 bare conductor iAexisfi,'n� conduit. Q RPM @ Dollar r) J� �0 � and Sk-K Cents Per Linear Foot SQ. �� r S �Slo•Qv— A5 1 EACH Replace existing arm with dual bracket arm and 2 -100 watt, 240 vyOi H.P.S. CS� tY�RdJ� dl�a�s W000"�DbCs/4!9 and Cents Par Each S DD J A6 35 EACH Replace luminaire on Type I standard with new 100 watt, 240 volt _Do!!ars and Cents Per Each A7 30 EACH Rap!ace lurninaire on Type I standard with new 70 watt, 240 volt 11 a0 4009 -C-1) �SL�_Dollars and Cents Per Each da A8 68 EACH ejastall '/ F r F ull box. v��0102p �— l �� L 1 Dollars and Q Cents Per Each A9 1 EACH III t I3 %z FiraffiC pull b0X� Dollars and ® Cents Per Each 0 0 PR3of13 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE A10 71 EACH Replace existing pull box with #3 '/2 rF[c_prbcret bAk—b t @ Dollars and __Cents Per Each All 3 EACH Replace existing pull box with new /= bo' F tra _ U D ollars @ Ia'rs and Cents Per Each L Al2 1 EACH Connect new wiring into existing service cabinet. Provide all necessary breakers for the required cirquits. gl�Ilars . ,0 and �V Cents 7,--r Each ;gyp 01 ;J S _ A13 12 EACH Remove existing pull box, abandoned conduit and conductors and restore surface to match acentarea. OQ Dollars and 00 Cents Per Each 00_ A14 6,4001-F Install 1 -14" PVC conduit, with 248 insulated conductors and 148 bare +on Juc_ tor" ^ � ►� �� N @ Dollars and F)i EN _Cents Per Linear roc, S I I , S(,�n E 0 PR4of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A15 460 LF Install 1 -1/4" PVC conduit, with 448 insulated conductors and 148 bare conductor. a ollars 6w—and Cents Per Linear Foot $ 1 7T S S�7p �— A13 360 LF Install 246, 2410 (110 V) insulated ,inductors and 148 bare conductor Y316g conduit. U Dollars and _Cents Per Line =r Foot �7 Sow• � S A17 5,05v LF Install 2=8 insulated conductors and 1 - =3 bare conductor in existing ; anduit.// ^O k3G J Do!1 =rs and Ceni_ =er Linear Foot S I• fJD - , 57 vo A13 5 -- i. ^.stall 4 -=8 insulated conOuoiors and 1 - -3 bare conductor in existing .onduit. C) Dollars n and Cents Per Linear Foot A19 3 EACH Install 2 -4` Dia, galvanized steel r,,,2i :Wq � post. 3_J�U#JhOjAollars t� and 0 Cents Per Each s g4lll, — �� PR 5 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A20 3 EACH Replace existing steel pipe guard �(2} ew�D� ' I@ r Dollars N)�and Cents Par Each S ✓`"' a O�pa A21 5 EACH Replace street light standard with -N Type I standard and City furnished _ 40 volt H.P.) 00 11 `�nn r(1J @ t� Dollars+ and _11Cents Per Each A22 2 EACH Replace existing service cabinet on mew foundation. @& "Dollars and _Cants Per ach S I �,aofpvp S A23 1 EACH Remove exsting service cabinet, '`j�Jj�JjJ abandoned conduit and conductors and restore suace to match a cent area. 6 OTN.�bllars and Q0 Cents Per Each A24 1 EACH Install new service cabinet, circuit a era anpull box. � J Ilars _and Cents Per Each !3 0 �j/� 00 � pew S�_Ij VVIJ, A25 2 EACH Install grou cao. th @ IFO Dollars and Cants Per Each • PR6of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A26 15 EACH Reset streetlight standard on tin foWpdatNW rg-grout. Dollars and Cents Per Each 5 ;D On S ,,,,r7 GD0 P.27 1 EACH Reset existing street light standard new r tioU iV o� 1 WTI it and U Cents Per ach �°- S i � W �Yl�o A28 33 EACH ,its�n,�Qd y�int �x,�sti�i 3fT. Y VII I rT c� �-�J li iYVNDO�id ars and Cents Per Each p �" saw•— s��� A29 2,580 LF I ^stall 1 -':'4- PVC conduit with 2-#6 insulated conductors and 1 -48 bare J Dollars —�� and �11f1 Cants Par Linear Foot $ 130 1,450 LF Install 1 -V4" PVC conduit with 2 - #6, 248 insulated conductors and 148 bare conductor. @ � liars and Cents Per Linear oot A31 45 LF Install 1 -1/4" PVC conduit with 246, 2410 (110 V) insulated conductors and 1 T8 bare conductor. ollars �–� and Cents Per Linear ; oot 0 0 DR7of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A32 400 LF Install 1 -114" PVC conduit, with 2- #6, 248. 2 410 (110 V) insulated conductors and 148 bare conductor. @ FI X1 Dollars and P� Cents Per Linear ooY al A33 90 LF 1 -stall 1 -114" PVC conduit with 248, 2410 (110 V) insulated conductors and 148 bas conductor. FirlXl Dollars and 1 U�PCanis 31�Q° -9 A34 340 LF Install 1 -ii4" PVC conduit with 2410 (1 10 V) insulated conductors and 1 -.8 bare conductor. p Dollars and Cents Per L n ar toot a a� A36 860 LF install 2-T6 insulated conductors, and 1 -=8 bare conductor in existing conduit. I . Z Dollars and n4) Cents Per Linear Foot (� -7O) _�- A36 920 LF Install 246, 248, 2410 (110 -V) insulated conductors, and 1 -;8 bare conductor in existing conduit. (o��if1�6 Dollars and no Cents Per Linear Foot � IfOV- CJ • PR8of13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE A37 100 LF Install 1 -1/4" PVC conduit w /4-8, 2- #10 (110 V) insulated conductors and 148 bare conductor. �a �-t�, r ollars NO and Cents Per Linear Foot A38 7 EACH Replace streetlight standard with Type 1 standard and 100 -watt, 240 - "-,j`°�?H4- hUNS,��rn, F ( W rs and �u _Cents Per Each A39 340 LF Install 2 --8, 2 -10 (110V) insulated conductors and 1--8 bare conductor ir0 t' conduit. Dollars wand Can IS Per _in=_ar Foot 4 4 33 EACH Replace L.umir.aire on Type I standard with City furnished 70 watt, 2-0 vo t I lw ,� ;i" `�(J (I�rs � and `Cents Per Linear Foot SUB -TOTAL PRICE IN FOR WEST NEWPORT STREET LIGHT REPLACEMENT S $ 4001 S • PR9of 13 ♦ ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE MARINE AVENUE STREET LIGHT REPLACEMENT 31 13 EACH Replace existing streetlight standard with Type V standard and 240 -volt 70 -watt H.P.S. qD C f Ue LL Dollars and nio Cents Per Each 32 1 EACH Install Tvoa V standar_" and 240 -voft 70 -watt H.P.S. pne - W�ouScaaY� n InwTJ Dolla.3 and —Cents Per taco B3 1 EACH Install =`3 > F concrate oull bcx. Dollars TT and —�U Cents per Ea::- 34 30 LF (-stall 1 =.' PVC conduit wit -=i-, 2- -10 (12) %') insulated conductors and i w? bare conducor. �i�e?Yl Dollars and ti Cents Per Linear Ftlot 35 1.500 LF Install 2 -10 insulated conductors in existing conduit. nV Dollars and Cants Per Linear oot SIO°�' S 5 /1 �`► -pC� j � �t� 7z:;) ba S °� ' I .r SUB -TOTAL PRICE IN FOR MARINE AVENUE STREET LIGHT REPLACEMENT MARINE AVENUE STREETSCAPE C1 LUMP SUP." 1: licbiilzation �• Onc;th -dL6G Q Dollars and Cents Per Lump um C2 LUMP SUM Traf:ic Control ��gdp Dollars and cen s Per Lump Sum C3 36 E.A. Root Prune Existing Tree Dollars and Cents Per Each 500p0- J I✓V_ S �v00 My IF 0 0 PR 10 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE B6 1 EACH Install new conduit into existing pull box. Splice new street lighting conductors with. Dollars and Cents Per Each �Or�Q° 6 0 B7 1 EACH Modify existing service cabinet to " provide 120 -volt I P 20 -amp breakers for holid . Dn .I1 tYlClfPDo� Dollars and —Cents Per Each /60� S i t G / .�v �pf% S r i SUB -TOTAL PRICE IN FOR MARINE AVENUE STREET LIGHT REPLACEMENT MARINE AVENUE STREETSCAPE C1 LUMP SUP." 1: licbiilzation �• Onc;th -dL6G Q Dollars and Cents Per Lump um C2 LUMP SUM Traf:ic Control ��gdp Dollars and cen s Per Lump Sum C3 36 E.A. Root Prune Existing Tree Dollars and Cents Per Each 500p0- J I✓V_ S �v00 My IF 0 0 0 • PR 11 of 13 + ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE C4 1,000 S.F. Remove Existing and Construct Integrally Colored 4 -inch Stamped Portland Cement Concrete Ili -5 V k Dollars and Cents Per Squarb Foot � � & Va�• S � S /r P0 C5 C5 2,550 S.F. Remove Existing and Construct 4- T inch PCC Sidewalk @�I LILO lE Dollars and Per Spuare Foot (p0 S t S ,. DO-0 CO 60 L.F. Remove ExiSting and Consmict pC OD Type `A' PCC Curb and Gutter Dollars and Cents Per Lnear =oot �% 00co 5 S�y S a ! �f!/' SUE -TOTAL PRICE IN FOR MARINE AVENUE STREET - SCAPE g�a a • PR 12 of 13 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE OCEAN FRONT STREET LIGHT MODIFICATIONS D1 LUMP SUM Mobilization Dollars and 0 Cents Per Lump Sum D2 LUMP SUM Tra`ic Control —Two thUASand - h-eA`1LLf1LQ-I 6P $ @Dollars and nn Cents Per Lump Sum D3 o EACH Remove existing pull box, abandoned conduit and conductors and restore sur -,ace to matoh ad;acent area. V Dollars and Cents Per =aci D4 6 EACH Reoiace oull box with -3 Y2 F ra is pull box. @_JQ�Dollars and Cents Par Each D5 150 LF Install 1 -114" PVC conduit with 2-#8 insulated conductors and 1- 8 bare conductor. Splice new street lighting conductors with existing in adjacent pull box. @Dollars and �C�) Cents Per Linear Foot .r Ste$°= 3s OG Ile S O -000 0 • PR 13 of 13 ±+ ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE D6 2,800 L- Install 248 insulated conductors, in existing conduit. @ a1e Dollars and nCents Per Linear Foot D7 12 EACH Intercept new conduit with existing conduit. ,^^-d @ Doll3rs anc p (� Cents rer Ca SUB -TOTAL PRICE IN FOR OCEAN FRONT STREET LIGHT MODIFICATIONS (D) s ai,?D00 G DP_ S ppo ham-_ SUB -TOTAL PRICE FOR MARINE AVENUE STREETSCAPE (C) SUB -TOTAL PRICE FOR MARINE AVENUE STREETLIGHTS (B) SUB -TOTAL PRICE FOR ViEST NEWPORT STREETLIGHTS (A) TOTAL PRICE IN WRITTEN WORDS FOR ALL BID ITEMS A -D: Date Moore Electrical Bidder (951)_371 -4202 (951) 278 -3406 Bidder's Telephone and Fax Numbers 610382 C -10 Bidder's License No(s) and Classification(s) Total Price (Figures) 463 North h Avenue Bidder's,kddress as; savet by R7Sc.A530- D3X2.20 a i,77 Aid ;:,�3;5:C�731s�acslnnai sp =_lproaosa� :335'..a� i and Title SECTION 2 -3 2 -3.1 2 -6 2 -9 2 -9.3 2 -9.6 SECTION 3 -3 3 -3.2 3 -3.2.3 SECTION 4 -1 4 -1.3 4 -1.3.4 SECTION 5 -2 5 -7 SECTION 6 -1 U • 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 INTRODUCTION PART 1 -7- GENERAL PROVISIONS 2 SCOPE AND CONTROL OF THE WORK SUBCONTRACTORS General WORK TO BE DONE SURVEYING Survey Service Survey Monuments 3 CHANGES IN WORK EXTRA WORK Payment Markup 4 CONTROL OF MATERIALS MATERIALS AND WORKMANSHIP Inspection Requirements Inspection and Testing 5 UTILITIES PROTECTION ADJUSTMENTS TO GRADE 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 n 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -10.7 Notice to Residents 8 7 -15 CONTRACTOR LICENSES 8 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 8 9 -3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 15 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 16 201 -1 PORTLAND CEMENT CONCRETE 16 201 -1.1.2 Concrete Specified by Class 16 201 -2 REINFORCEMENT FOR CONCRETE 16 201 -2.2.1 Reinforcing Steel 16 201 -5 CEMENT MORTAR 16 201 -5.6 Quick Setting Grout 16 307 -14 CONDUIT AND CONDUCTORS 20 307 -14.1 Conductors 20 307 -14.2 Jacking of PVC Conduit 20 307 -14.3 Trenching of PVC Conduit 20 307 -15 PROTECTION AND REPLACEMENT OF IMPROVEMENTS 20 307 -16 SALVAGE 21 307 -17 CONSTRUCTION DETAILS 21 307 -17.1 Removals 21 307 - 17.1.1 Existing PCC and AC 21 307 - 17.1.2 Adjacent Improvements 22 307 - 14.1.3 Parkway Paving 22 307 - 17.1.4 Unstable Subgrade 22 307 -17.2 PCC Replacement 22 307- 17.2.1 Sidewalk and Curb Access Ramps 22 307 - 17.2.2 PCC 22 307- 17.2.3 -Root Barrier 22 307 -18 SOLID WASTE DIVERSION 23 307 -19 AS -BUILT PERMITS 23 307 -20 GUARANTEE 23 307 -21 PAYMENT 23 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 24 308 -1 GENERAL 24 SECTION 310 PAINTING 25 310 -5 PAINTING VARIOUS SURFACES 25 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 25 310 -5.6.7 Layout, Alignment and Spotting 25 310 -5.6.8 Application of Paint 25 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 26 312 -1 PLACEMENT 26 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 26 400 -2.1 General 26 400 -2.1.1 Requirements 26 APPENDIX A — MARINE AVENUE STREETSCAPE DETAILS • • SP 1 OF 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. 2 -18); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 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 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -3 SUBCONTRACTORS 2 -3.1 General. Add to this section: "The Bid Item Number C4 (Remove existing and construct 4 -inch thick integrally'colored patterned concrete) is designated a specialty item and shall be constructed only by an approved contractor by the City of Newport Beach. The three (3) approved contractors are as follows: Shaw and Sons 829 W. 17`h Street, Ste. 5 Costa Mesa, CA 92627 -4315 Contact: Paul Taylor Phone' (949) 642 -0660 Trademark Concrete Systems 4561 Eisenhower Circle Anaheim, CA 92807 Contact: Chris Cannon Phone: (714) 970 -8200 Sullivan Concrete 1111 Baker Street Costa Mesa, CA 92626 Contact: Mike Fiedler Phone: (714) 556 -7633 0 • SP2OF26 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of street light replacements and modifications, and removing and disposing of existing public surface improvements, repairing failed portions of sidewalk and curb and gutter, root pruning of existing trees, and placing of decorative concrete." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The City will provide construction staking as required to construct the improvements. Any additional stakes or any restaking, or costs thereof, shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. All existing street and property comer monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits. All existing street centerline ties and property comer monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." 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 City shall have the affected survey monuments restored per records, at the Contractor's expense. 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 • 0 SP3OF26 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." 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 S - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. SP 4 OF 26 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." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The. Contractor shall complete all work under the Contract within sixty (60) consecutive working days after the date on the Notice to Proceed. Work on the West Newport (Bid Schedule A) and Marine Avenue (Bid Schedules B & C) shall be constructed concurrently. Ocean front improvements (Schedule D) shall be commenced upon completion of all other work. Anticipated award date is September 14, 2004 and notice to proceed and start of construction is planned for October 4, 2004. It shall 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 1s',' 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 4`h, the first Monday in September (Labor Day), November 11`h (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24`h, (Christmas Eve — half day), December 25' (Christmas), and December 31 "(New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7 a.m. to 4:30 p.m., Monday through Friday. 0 • SP5OF26 The Contractor, his subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc. before or after the normal working hours prescribed above. 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 $60.00 per hour when such time periods are approved. 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 $1000. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1000 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. Add to this section: "City forces will perform all shut downs of street light facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. Two other contractors will be doing construction in the area. One contractor will be installing a new underground system to replace overhead power, phone and cable lines. The other will be working on Seashore Drive between 32nd and Prospect Streets to replace the water main and house services on the ocean side of the road. It is the contractor's responsibility to coordinate traffic control with these contractors." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "if the Contractor elects to use City 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." • • SP6OF26 Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 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 -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) also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at ALL times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." .7 -10.2 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. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 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 shall 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 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: 0 0 SP 7 OF 26 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 submit a boring pit location plan showing all "no parking" areas for approval by City. Contractor shall minimize the "no parking" areas and shall only post in location of bore pits. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, 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. • SP8OF26 7 -10.7 Notices to Businesses and Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent businesses and 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 prior to the start of any construction, the Contractor shall distribute to the adjacent residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur,_and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" California Contractor's 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 RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built' drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and 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 • • SP9OF26 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. The following items of work pertain to the bid items included within the Proposal: WEST NEWPORT STREET LIGHT REPLACEMENT Item No. Al Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. A2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. A3 Replace existing street light standard: Work under this item shall include replacing existing street light standard with contractor furnished Type 1 standard and 70 waft, 240 volt H.P.S. luminaire w /photo electric cell and enclosed ballast. Furnish and install double fuseholder w/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. Item No. A4 Install 448, 2410 (110 V) insulated conductors and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. Item No. A5 Replace existing arm: Work under this item shall include replacing existing arm with new contractor furnished dual bracket arm and 2 -100 watt, 240 volt H.P.S. luminaire w /photo electric cell and enclosed ballast. Install on existing Type I standard. Furnish and install double fuseholder w/5 amp fuses in adjacent pull box. Install new wiring from luminaries to adjacent pull box. Item No. A6 Replace luminaire: Work under this item shall include replacing luminaire on existing Type I standard with new 100 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L w /photo electric cell and enclosed ballast. Furnish and install double fuseholder w/5 amp fuses in adjacent pull box. Install new V PVC conduit and wiring from pole base to adjacent pull box. Item No. A7 Replace luminaire: Work under this item shall include replacing luminaire on existing Type I standard with new 70 watt, 240 volt H.P.S. luminaire per CNB STD -200 -L w /photo electric cell and enclosed ballast. Furnish and install double • 0 SP 10 OF 26 fuseholder w/5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. Item No. A8 Install #3 'h F concrete pull box: Work under this item shall include installing #3 '/Y F concrete pull box 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. Item No. Ag Install #3 '/z F traffic pull box: Work under this item shall include installing #3 Y2 F traffic pull box per CNB STD -204 -L and STD - 205 -L. Where 5 or more conduits terminate in a pull box, a #5 F traffic pull box shall be installed. Location to be determined by the City's representative. Item No. A10 Replace existing pull box: Work under this item shall include replacing existing pull box with new #3'/2 F concrete pull box 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. Item No. All Replace existing pull box: Work under this item shall include replacing existing pull box with new #3 % F traffic pull box per CNB STD -204 -L and STD - 205 -L. Where 5 or more conduits terminate in a pull box, a #5 F traffic pull box shall be installed. Location to be determined by the City's representative. Item No. Al2 Connect new wiring: Work under this item shall include connecting new wiring into existing service cabinet. Provide all necessary breakers for the required circuits. Coordinate with City's representative and SCE. Item No. Al Existing pull box to be removed: Work under this item shall include removing existing pull box, abandoned conduit and conductors and restore surface (full panels) to match adjacent area as directed by the City's representative. Item No. A14 Install 1 '' /a: PVC conduit: Work under this item shall include installing 1 '/" PVC conduit, unless otherwise noted, with 248 insulated conductors and 148 bare conductor. Item No. A15 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/" PVC conduit, unless otherwise noted, with 448 insulated conductors and 148 bare conductor. Item No. Al Install 246, 2410 (110 V) insulated conductors: Work under this item shall include installing 246, 2410 (110 V) insulated conductors and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. Item No. All Install 248 insulated conductors: Work under this item shall include installing 248 insulated conductors and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. . SP 11 OF 26 Item No. A18 Install 448 insulated conductors: Work under this item shall include installing 448 insulated conductors and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. Item No. A19 Install 24" Dia. galvanized steel pipe guard post: Work under this item shall include installing 24" Dia. galvanized steel pipe guard post per 2002 Caltrans Standard Plan ES -7P. Locations to be determined by the City's designated representative Item No. A20 Replace existing steel pipe guard posts: Work under this item shall include replacing existing steel pipe guard posts with (2) new per 2002 Caltrans Standard Plan ES -7P. Locations to be determined by the City's designated representative. Item No. A21 Replace existing street light standard: Work under this item shall include replacing existing street light standard with contractor furnished Type I standard and City furnished 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. Item No. A22 Replace existing service cabinet: Work under this item shall include replacing existing service cabinet 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 the City's representative. Item No. A23 Existing service cabinet to be removed: Work under this item shall include removing existing service cabinet. Remove existing abandoned conduit and conductors and restore surface (full panels) to match adjacent area as directed by the City's representative. Item No. A24 Install new service cabinet: Work under this item shall include installing new service cabinet, circuit breakers and 3'/z F pull box per CNB STD -206L. Exact location as determined by City's representative. Item No. A25 Install grout cap: Work under this item shall include installing grout cap as directed by City's representative. Item No. A26 Reset existing street light standard: Worts under this item shall include resetting existing street light standard on existing foundation and re- grout. Item No. A27 Reset existing street light standard: Work under this item shall include resetting existing street light standard on new foundation as directed by the City's designated representative. • • SP 12 OF 26 ` Item No. A28 Clean and paint existing mast arm: Work under this item shall include cleaning and painting existing mast arm as directed by the City's representative. Item No. A29 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/4" PVC conduit, unless otherwise noted, with 246 insulated conductors and 148 bare conductor. Item No. A30 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/4" conduit unless otherwise noted, with 246, 248 insulated conductors and 148 bare conductor. Item No. A31 Install 1 %" PVC conduit: Work under this item shall include installing 1 %" PVC conduit, unless otherwise noted, with 246, 2410 (110 V) insulated conductors and 148 bare conductor. Item No. A32 Install 1 '/4" PVC conduit: Work under this item shall include installing 1 ''/4" PVC conduit, unless otherwise noted, with 246, 248, 2410 (110 V) insulated conductors and 148 bare conductor. Item No. A33 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/" PVC conduit, unless otherwise noted, with 248, 2410 (110 V) insulated conductors and 148 bare conductor. Item No. A34 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/" PVC conduit, unless otherwise noted, with 2410 (110 V) insulated conductors and 148 bare conductor. Item No. A35 Install 246 insulated conductors: Work under this item shall include installing 246 insulated conductors, and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Item No. A36 Install 246, 2 #8, 2410 (110 V) insulated conductors: Work under this item shall include installing 246, 2 #8, 2410 (110 V) insulated conductors, and 1 - #8 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Item No. A37 Install 1 '/" PVC conduit: Work under this item shall include installing 1 '/4" PVC conduit, unless otherwise noted, w /4#8, 2410 (110 V) insulated conductors and 148 bare conductor. Item No. A38 Replace existing street light standard: Work under this item shall include replacing existing street light standard with contractor furnished Type 1 standard and 100 watt, 240 volt H.P.S. luminaire w /photo electric cell and enclosed ballast. Furnish and install double fuseholder w/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. • • SP 13 OF 26 Item No. A39 Install 248, 2410 (110 V) insulated conductors: Work under this item shall include installing 248, 2410 (110 V) and 148 bare conductor in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. Item No. 40 Replace luminaire on existing Type I standard: Work under this item shall include replacing luminaire on existing Type I standard with new City furnished 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 5 amp fuses in adjacent pull box. Install new 1" PVC conduit and wiring from pole base to adjacent pull box. MARINE AVENUE STREET LIGHT REPLACEMENT Item No. B1 Replace existing street light standard: Work under this item shall include replacing existing street light standard with City furnished Type V standard and 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 and 70 watt H.P.S. lamp. Install standard on existing foundation per CNB STD- 202 -L -B. Install new wiring in existing conduit from pole base to adjacent pull box. Salvage existing equipment to City Yard. Item No. B2 Install new City furnished Type V standard as directed by the City's Representative and 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 and 70 watt H.P.S. lamp. Install standard on new foundation per CNB STD- 202 -L -B. Install new V PVC conduit and wiring from pole base to adjacent pull box. Item No. B3 Install #3 'h F concrete pull box: Work under this item shall include installing #3 '/2 F concrete pull box 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. Intercept existing street lighting conduit with new pull box. Item No. B5 Install 1 -1/4" PVC conduit: Work under this item shall include installing 1 -1/4" PVC conduit , unless otherwise noted, w /248, 2410 (120 V) insulated conductors and 148 bare conductor. Item No. B6 Install 2410 insulated conductors: Work under this item shall include installing 2410 insulated conductors in existing conduit for 120 volt circuit. Conduit ends shall be re- sealed with Ductseal or equal. Existing conductors to remain. Item No. B7 Install new conduit: Work under this item shall include installing new conduit into existing pull box. Splice new street lighting conductors with existing as directed by City's representative. Item No. B8 Modify existing service cabinet: Work under this item shall include modifying existing service cabinet to provide 120 volt 1P 20 amp breakers for holiday circuits as shown on plan and connect wiring. Coordinate with City's representative and SCE. 4 • 0 SP 14 OF 26 MARINE AVENUE STREETSCAPE Item No. C1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. C2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. C3 Root Prune Existing Tree and Root Barriers: Work under this item shall include but not be limited to exposing, removing, and disposing of interferring tree roots, installing tree root barrier, reconnecting any underground electrical, cable, and irrigation lines and components, and all other work items as required to complete the work in place. A certified Arborist shall be present at all times to determine extent of root pruning and tree safety. Item No. C4 Remove existing surface improvements and construct 4 -inch thick integrally colored patterned concrete: Work under this item shall include but not be limited to removing, and disposing of existing surface improvements, importing and compacting (80% relative compaction) 6- inches of decomposed granite base material, constructing 4 -inch. thick integrally colored patterned concrete, and all other work items as required to complete the work in place. The existing improvements are unique for each location, and may consist of soil, asphalt, concrete, or rubber surfaces. The spaces around existing trees shall vary between 6- inches and 1 foot larger than the tree as determined by the Contractor's Arborist. Construction of 4- inch thick integrally colored patterned concrete shall be done by a contractor approved by the City of Newport Beach. Item No. C5 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, constructing new 4 -inch thick P.C.C. sidewalk, and all other work items as required to complete the work in place. All construction will be marked in the field by the City of Newport Beach and shall extend to the nearest full slab. Item No. C6 Remove and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, re- chiseling of curb face for existing underground utilities, 12" wide by 8" deep asphalt patchback, restoring all existing improvements damaged by the work, including any repainting of red - curbs, and all other work items as required for performing the work complete and in place. Gutter width shall be 18 inches. 9 0 SP 15 OF 26 OCEAN FRONT STREET LIGHT MODIFICATIONS Item No. D1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. D2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control plans prepared and signed by a California licensed traffic engineer, and providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. D3 Existing pull box to be removed: Work under this item shall include removing existing pull box. Remove existing abandoned conduit and conductors and restore surface to match adjacent area as directed by the City's representative. Item No. D4 Replace existing pull box: Work under this item shall include replacing existing pull box with new #3'/2 F concrete pull box per CNB STD -204 -L and STD -205- L. Install #5 epoxy coated dowel at 18" O.C. per City STD plan STD - 105 -L -B. Item No. D5 Install 1 %" PVC conduit: Work under this item shall include installing 1 ''/<" PVC conduit, unless otherwise noted, with 248 insulated conductors and 148 bare conductor. Splice new street lighting conductors with existing in adjacent pull box as directed by the City's representative. Item No. D6 Install 248 insulated conductors: Work under this item shall include installing 248 insulated conductors in existing conduit. Conduit ends shall be re- sealed with Ductseal or equal. Remove existing conductors. Splice new street lighting conductors with existing in adjacent pull box as directed by the City's representative. Item No. D7 Intercept new conduit: Work under this item shall include intercepting new conduit with existing conduit. 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." 0 0 SP 16 OF 26 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 sidewalk and curb and gutter construction shall be Class 560 -C -3250, and for decorative stamped concrete 560 -E- 3250." 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 an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." 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 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. 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. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. " 0 300 -1.3.2 Requirements 0 SP 17 OF 26 (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 '/2 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 1/4-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 SP 18 OF 26 303 -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, 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 3,000 psi." 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 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 shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled W -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718- 3402." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 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 ". • SP 19 OF 26 307 -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. 307 -11 LUMINAIRES Luminaires shall be furnished with 240 -volt lamps of the wattage shown on the construction plans. Orientation of luminaires shall be as directed by the Engineer. 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 #33 tape and coat with Scotchkote electrical coating. 307 -13 PULL BOXES Pull boxes shall be installed at a maximum spacing of 180'. Pull boxes to be removed or abandoned shall have the existing unused pull box and affected conduits completely removed, and all unused conductors shall be removed from its entire circuit. Concrete and traffic pull boxes shall be Eisel or approved equal per City Standard Plan STD -204 -L and STD - 205 -L. Traffic pull boxes shall be ARMORCAST as follows: Armorcast traffic lid marked "STREET LIGHT' Model A6001922T Armorcast Box (no mouseholes) Model A6001921 -12. 0 307 -14 CONDUIT AND CONDUCTORS • SP 20 OF 26 All conduit ends, including those in cabinets and pole bases, shall be sealed with ductseal 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. Abandoned conduit and conductors from interior of poles shall be removed in its entirety as directed by the engineer. 307 -14.1 Conductors Insulated conductors shall be stranded copper conforming with 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. 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, • • SP 21 OF 26 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: Street light series luminaires, sockets, mast arms and poles. 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. All costs to the Contractor for delivering, salvaging, protecting, and disposing of existing materials shall be included in the bid. 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 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. • • SP 22 OF 26 307 - 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. 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. 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. • • SP 23 OF 26 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 necessary to complete the work in place, and no additional allowance will be made therefor. The bid items are shown on the proposal. • 0 SP 24 OF 26 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 submit recommendations by its arbodst to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor and its certified Arborist shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644 -3083) at the site to discuss City standards and requirements a minimum of ten (10) working days prior to any root pruning. The certified Arborist shall be present at the jobsite during all root pruning and root barrier operations. The submittal shall adhere to the following guidelines. 1. Root Pruning b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. 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. 3. Selective Root Pruning 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 E • SP 25 OF 26 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 Ore-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. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at • • SP 26 OF 26 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY' signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD- 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." PART 4 SECTION 400 - -- ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 400 -2 UNTREATED BASE MATERIALS 400 -2.1 General 400 -2.1.1 Requirements. Add to this section: "The Contractor shall use crushed miscellaneous base as the base materials." F: \USERS \PBWeShared \Conlracls\FY 0405\WEST NEWPORT STREETLIGHT C- 369TSPECS C -3697 - 100 %.doc 0 APPENDIX A 0 MARINE AVENUE STREETSCAPE DETAILS EDGEOF GUT.T.ER. � ......................................................... ...........................'._. .............................'' .MARINE. . AVENUE ......................................................... ............................... DETAIL A - TYPICAL TREEWELL N. T. S. NOTES: SIZE OF EXISTING TREEWELL VARIES AND IS DETAILED IN APPENDIX A - SCHEDULE OF QUANTITIES. 2. THE DIAMETER OF THE CUTOUT FOR THE EXISTING TREE VARIES 6 -INCH TO 1- FOOT GREATER THAN TREE DIAMETER. TO BE DETERMINED BY ARBORIST DURING CONSTRUCTION. .,,.DOVES" TO }" DEEP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MARINE AVENUE STREETSCAPE DETAIL SHEET R- 5869 -L C -3632 DATE APRIL 200. DRAWN TP SCALE N.T.S Lj Marine Avenue Streetscape - Schedule of Quantities LA JOB LOCATIONS Treewell Size Stamped Concrete S/W -SF Curb - LF Root Pruning 333 Marine Ave. 4'x 6' 20 76 10 1 329 Marine Ave. 4'x 6' 20 80 1 325 Marine Ave. 4'x 6' 20 1 323 Marine Ave. 4'x 6' 20 321 Marine Ave. 4'x6' 20 319 Marine Ave. 4'x 6' 20 40 1 315 Marine Ave. 4' x 6' 20 50 1 1 313 Marine Ave. 2 - 4' x 6' 40 150 1 2 311 Marine Ave. 4'x 6' 20 50 1 307 - 305 Marine Ave. 4' x 6' 20 138 12 1 301 Marine Ave. 2 - 4' x 6' 40 296 1 225 Marine Ave. 4' x 6' 20 190 6 1 221 Marine Ave. 4'x 6' 20 130 1 217 Marine Ave. 4'x 6' 20 80 1 215 Marine Ave. 4'x 6' 20 4 1 213 Marine Ave. 4'x 6' 20 1 211 Marine Ave. 4' x 6' 20 90 1 209 Marine Ave. 4'x 6' 20 1 207 Marine Ave. 4'x 6' 20 1 207 - 205 Marine Ave. 5' x 10' 30 120 1 24 205 - 201 Marine Ave. 4'x 6' 20 100 1 200 Marine Ave. 4'x 6' 20 204 Marine Ave. 4'x 6' 20 1 204 - 206 Marine Ave. 4'x 6' 20 130 1 206 - 208 Marine Ave. 4'x 6' 20 48 1 210 Marine Ave. 2 -4'x6' 40 80 2 216 Marine Ave. 4'x 6' 20 218 Marine Ave. 4' x 6' 20 16 1 220 Marine Ave. 4'x 6' 20 136 1 220 A Marine Ave. 4' x 6' 20 222 Marine Ave. 4' x 6' 20 1 4 224 Marine Ave. 4' x 6' 20 175 1 300 Marine Ave. 4'x 6' 20 80 1 302 Marine Ave. 4'x 6' 20 1 304 Marine Ave. 4'x 6' 20 306 Marine Ave. 4' x 6' 20 308 Marine Ave. 4'x 6' 20 312 Marine Ave. 4'x 6' 20 1 316 Marine Ave. 4'x 6' 20 12 1 318 Marine Ave. 4' x 6' 20 20 1 324 Marine Ave. 4'x 6' 40 42 326 Marine Ave. 2 - 4' x 6' 20 100 17 2 332 Marine Ave. 4'x 6' 20 90 1 TOTALS 950 2543 53 36 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT (3�b'►OD -UO &) Agenda Item No. s January 10, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beaGh.ca.us SUBJECT: WEST NEWPORT & MARINE AVENUE STREET LIGHT REPLACEMENT — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3697 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 September 14, 2004, the City Council authorized the award of West Newport & Marine Avenue streetlight replacement contract to Moore Electric. The contract provided for the following improvements: • Marine Avenue Streetscape Improvements: This part of the project provided for the replacement of the existing benches, litter receptacles, and street lights along with new tree well treatments. The City Council on July 13, 2004 had approved the pre - purchase of the street light poles, benches and litter receptacles. The contract for Moore Electrical included the installation of the pre - purchased poles. In addition, decorative paving was installed in 47 tree wells along Marine Avenue by the subcontractor Trademark Concrete Systems. E West Newpo*rine Avenue Street Light Replacement . Completied Acceptance of Contract No. 3697 January 10, 2008 Page 2 • West Newport Street Light Improvements: This project was budgeted in anticipation of Underground Utility District No. 69, which could not reasonably maintain the costly 5000 volt series system without excessive cost to the residents. This completed street light project provided the upgrade of street lights in West Newport according to the approved City master plan and reduced the power requirements to 240 volts. Also included in this contract were minor street light pull box repairs on the Ocean Front between Island Avenue and 20th Street. It was noted in the Council Award item of September 14, 2004 for this project that there were delays expected due to potential conflicts with other construction projects in West Newport (Undergrounding District 69 and the Seashore Drive water main replacement), which would require a time extension. 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: $466,582.20 Actual amount of bid items constructed: 441,233.50 Total amount of change orders: 57,999.18 Final contract cost: $499,232.68 The decrease in the amount of actual bid items constructed under the original bid amount resulted mainly from a reduction in the amount of electrical conduit required. The final overall construction cost including Change Orders was 6.2 percent over the original bid amount. Four Change Orders in the amount of $57,999.18 were issued for the project as follows: • Change Order 1 in the amount of $2,850.00 provided for the addition of accelerator to concrete and to modify an existing street light base. • Change Order 2 in the amount of $27,612.82 provided for the additional street light poles and to repair damaged poles. • Change Order 3 in the amount of $5,935.67 provided for the removal of rusted conduit and replacement with new PVC conduit. • Change Order 4 in the amount of $21,600.69 provided for the relocation of an electrical service, the raising of 4 street lights, and installation of glare shields. 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. West Newport & Marine Avenue Streakht Replacement - Completion And Acceptance of Fact No. 3697 January 10, 2006 Page 3 Funding Availability: Funds for the project were expended from the following accounts: Account Number Account Description Amount 7013- C5300035 ;, General Fund — Streetlight Replacement $373,720.31 7014- C5100717 General Fund — Marine Ave. Streetscape $104,916.00 5300 -8160 Utilities Maintenance & Operations $7,947.17 7295- C5300035 Oil Spill Remediation - Ocean Front $12,649.20 Streetlight Repairs Total: $499,232.68 The original contract completion date was January 7, 2005. As noted in the Council Award item the contract did have to be extended, particularly due to requiring the contractor to hold off on the work in West Newport to facilitate construction on AD 69 and the Seashore Drive watermain. There were also some delays in the prepurchased fixture delivery and added time for change order work. All work was completed on November 30, 2005 the revised completion date. Prepared by: 14 Submitte R. GunE. / ;Steph6n G. Badum Construction Engineer Public Works Director • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC January 11, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C -3697) Notice of Completion (C -3717) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sinnccee I N LaVorine M. Harkless, MMC 111 City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: [949) 644 -3005 • Fax: f949) 644 -3039 • www.city.newport- beach.ca.us 0 0 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 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Moore Electric, of Corona, California, as Contractor, entered into a Contract on September 14, 2004. Said Contract set forth certain improvements, as follows: West Newport/Marine Avenue Street Light Replacement (C -3697) Work on said Contract was completed on November 30. 2005, and was found to be acceptable on January 10. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on I d� at Newport Beach, California. BY o� m DQ)u- `.(City Clerk 0 (? RECORDING REQUVgS��T�p BAND WHEN RECORUE1 . RNIO: City Clerk '06 JAN 23 ";'0 :(i4 City of Newport Beach 3300 Newport Boulevard Newport Re @0, Peg 92663 BEACH E Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder 11111111111liilillllilllllllllliilllhl111111111111ll 11111IiIIINO FEE 2006000034124 01:53pm 01/17106 21314SN12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Moore Electric, of Corona, California, as Contractor, entered into a Contract on September 14, 2004. Said Contract set forth certain improvements, as follows: West Newport/Marine Avenue Street Light Replacement (C -3697) Work on said Contract was completed on November 30. 2005, and was found to be acceptable on January 10, 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on dh r7 0/ at Newport Beach, California. BY pqu-r fity Clerk , 5c,.onM.� IJ i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC Pp February 21, 2006 Moore Electrical Contracting, Inc. 463 North Smith Avenue Corona, CA 92880 Subject: West Newport/ Marine Avenue Street Light Replacement (C -3697) To Whom It May Concern: On January 10, 2006, 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 January 17, 2006, Reference No. 2006000034124. The Surety for the contract is Arch Insurance Company, and the bond number is SU5010475. Enclosed is the Labor & Materials Payment Bond. Sincerely, M,11 � LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beaeh.ca.us BOND ISSUF4 N FOUR (4) COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 BOND NO. SU50I0475 PREMIUM CHARGED IS INCLUDED IN PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Moore Electrical Contracting, Inc., hereinafter designated as the "Principal," a contract for construction of WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT, Contract No. 3697 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. 3697 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, ARCH INSURANCE 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 Four hundred sixty -six thousand, five hundred eighty -two and 201100 Dollars ($466,582.20) 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 worts 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 Band, 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. O 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 Principal and Surety, on the 3RD day of SEPTEMBER. More Electrical Contracting, Inc. (Principal) -ARCM INSURANCE COMPANY Name of Surety 135 N. LOS ROBLES AVENUE #825 PASADENA, CA 91101 Address of Surety 626 -639 -5200 Telephone Authorized Rusty B, D.J. PICARD, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of Riverside On 9/9/04 before me, Diane Cody, Notary Public W[e N,me vq T91e a O9ker (e.9. °JVw ON, Nary PObfin personally appeared Rusty B. Moore N rrm l a SQW48l A personally known to me 0 proved to me on the basis of satisfactory evidence DIANE CODY COMM. 01400"" m lay Ce Noary Public -0 rah Mite rn w t RtVaRi1DEC0UNTY 3 ram. i flex ti 300? to be the person(e} whose name(*} islare- subscribed to the within instrument and acknowledged to me that hefiMm 67 executed the same in hisATOMI ;tr uthorized capaciry(tesr -and that by hisAy9Tnfir-° signature(s)ron the instrument the person(*} -or the entity upon behalf of which the person(s) -- acted, executed the instrument. NESS my han and o icial seal. ----rea Ik ta Diane Cody, No Public OPTIONAL Though Me iniormetion below is not required by taw, it meyprow valuable to persons retying on the document and could prevent fraudulent removal and reattachment of dw Ibml to arN #her document. Description of Attached Document Title or Type of Document: Labor and Materials Payment Bond Document Date: 914104 Number of Pages: 9 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Rusty B. Moore 0 Individual ® Corporate Officer — Title(s): President • Partner — 0 Limited 0 General • Attomey -in -Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing:Moore Electrical Contracting, Inc. R 0 1999 N,9ona NavyAaaai n ° 9350 W SotoR .. P.O. Box 2602 ° Cbvewo,tK CA 913182602 • NMYI.I„ IlOrlalgl,ry Prat. Na SWT a,gO9r: Cell ToL 1� .7:111 aTJL I( I F,VaT11I 411 il;l�l -7a State Of CALIFORNIA County of ORANGE On SEPTEMBER 3, 2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC GATE NAME. TITLE OF OFFICER- E.G.;'JANE DOE NOTARY PUBLIC' personally appeared D.J. PICARD NAMER OF SIGNERM , ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personFe) whose name(s) ism subscribed to the within instrument and ac- knowledged to me that he/sc executed the same in his/ authorized capacity(fto, and that by his /beta CYNTHIAS.wozNEY ,; signature(s) on the instrument the person ", COMM. #1362255 —, f S,,o,aryPubnc- ca,ft ;a or the ent ty upon behalf of which the ORANGECOUNTY personM acted executed the instrument. ' My Comm. Exp. June 25, I WITNESS my hand and official seal. �1 GNAl1/flE GFN RY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the doctxnent and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER Tm.W) ❑ PARTNER(s) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDW4CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PMSON(S) OR ENTITY(M) ARCH INSURANCE COMPANY DESCRIPTION OF ATTACHED DOCUMENT PAYMENT BOND TITLE OR TYPE OF DOCUMENT WA NUMBER OF PAGES SEPTEMBER 3, 2004 A DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company') does hereby appoint Todd M. Rohm, Cathy S. Kennedy, Sejal P. Lange, D. J. Picard and Beata A. Sens! of Orange, CA (EACH) Its true and lawful Attomey(s }in -Fack to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY Is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shag be as binding upon the said Company as UY and amply to all Intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at its principal office In Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in fug force and effect: VOTED. That the Chairman of the Board, the President or any Vioe President, or their appointees designated in writing and filed with the Secretary, or tiro Secretary shag have the paver and authority to appoint agents and allomeys- intact. and to autiorize #)am to execute on behalf of the Company. and attach the seal of the Company thereto, bonds and undertakings. recognizances. contracts of Indemnity and other writings, obligatory it the nature thereof, and any such . officers of the Company may appoint agents for acceptance of process This Power of Attorney Is signed. sealed and certified by facsimile under and by authority of the 105% ft resolution adopted by the unanimous, consent of the Board of Directors of the Company. on March 3.2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President or their appointees designated in writing and filed with the Secretary,, and the signature of the Secretary, the seat of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors. on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which It Is attached, shag continue to be valid and :binding upon the Company. OOMLOO13 00 0303 Page 1 of 2 Printed in U.S.A. 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC January 18, 2007 Moore Electrical Contracting, Inc. 463 North Smith Avenue Corona, CA 92880 Subject: West Newport /Marine Avenue Street Light Replacement (C -3697) To Whom It May Concern: On January 10, 2006, 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 February 21, 2006. The Surety for the contract is Arch Insurance Company, and the bond number is SU5010475. Enclosed is the Faithful Performance Bond. Sincerely, 64,1 LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Michael J. Sinacori, 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 BOND ISSUED IN FOUR (4) COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WEST NEWPORT /MARINE AVENUE STREETLIGHT REPLACEMENT CONTRACT NO. 3697 BOND NO. SU5010475 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5,873.00 being at the rate of $ 12.50 thousand of the.Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Moore Electrical Contracting, Inc., hereinafter designated as the 'Principal", a contract for construction of WEST NEWPORTIMARLNE AVENUE STREETLIGHT REPLACEMENT, Contract No. 3697 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. 3697 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract;. NOW, THEREFORE, we, the Principal, and ARCH INSURANCE 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 Four hundred sixty-six thousand, five hundred eighty-two and 201100 Dollars ($466,582.20) 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. 99 • As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and R 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 exe9pliq by and Sur*,above named, on the 3RD day of SEPTEMBER 2004. / Uogee 8ectrical Contracting, Inc. (Principal) ARCH INSURANCE COMPANY Name of Surety 135 N. LOS ROBLES AVENUE 9825 PASADENA, CA 91101 Address of Surety 626- 639 -5200 Telephone Authorized Rus" B. Agent D.J. PICARD, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED FAUSERS%PBWSharedlContractsTY 04 -MWEST NEWPORT STREETLIGHT C- 3697=NTRACT P3697.doe (SSR) 29 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Riverside 1 s$. on 919/04 before me, Diane „dy Dab a9 R "Jam Dm, NObry Public) personally appeared Rusty B. Moore r+Nmta m s�9mrcel OIANe CODY COMM. #1450M 0 Nat" rutwo- confwnla 52 w Rr4itli ECOUNTY -� My Comm. bp. Nov 8. MY M personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s)-whose name(e} islaw- subscribed to the within instrument and acknowledged to me that helshekhey- executed the same in hisAwifthetr authorized capacitypee}- -and that by his4wFA4ei- signature4s}en the instrument the person(e)7-or the entity upon behalf of which the personI acted, executed the instrument. NESS j�mQy han and o ficial seal. Diane Cody; State of CALIFORNIA County of ORANGE On SEPTEMBER 3, 2004 before me, CYNTHIA S. WOZNEY; NOTARY PUBLIC DATE NAME. MLE OF OFFICER -E.O.. 'JANE DOE, NOTARY PUBLIC' personally appeared D.J. PICARD NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence CYNTHIA S. wOZNE'p r. e y1 COMM. #1362254 , Notary Public- California W . ORANGE COUNTY My Comm. Exp. June 25, 2006 to be the person(s) whose name(s) iskm subscribed to the within instrument and ac- knowledged to me that he/XbmMW executed the same in his/he0ftft authorized capacity(, and that by his /ieix signature(s) on the instrument the -person(s), or the entity upon behalf of which the personM acted, executed the instrument.. WITNESS my hand and official seal. :1 ILL 1 Though the data below is not required by law. it may prove valuable to persons relyiifg on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER($) ❑ umn ED ❑ GENERAL ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDWK*NSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONM on earnfil 1 ARCH INSURANCE COMPANY DESCRIPTION OF ATTACHED DOCUMENT MANCE BOND TITLE OR TYPE OF DOCUMENT TWO NUMBER OF PAGES SEPTEMBER 3, 2004 DATE OF DOCUMENT A SIGNER(S) OTHER THAN NAMED ABOVE POWER OF ATTORNEY • Know Ail Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Todd M. Rohm, Cathy S. Kennedy, Sejal P. Lange, D. J. Picard and Beata A. Sensi of Orange, CA (EACH) its true and lawful Attomey(syb -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its ad and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY its granted to make, execute, seat and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of crediL This authority does not permit the same obligation to be split into tyro or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings In pursuance of these presents shad be as binding upon the said Company as fully and amply to ad intents and purposes, as if the same had been ditly exebWted and acknowled jed by its regularly elected officers at its principal office in Kansas City, Missouri This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of D'eectors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect VOTED, That ft Chairman of the Board, the President, or any Vice President, or their appointees designated in vriting and filed with the Secretary, or the Secretary shad have the power and authority to appoint agents and attomeys -in -fad, . and to authorize them to execute on behalf of the Company, and attach the seat of the Company thereto, bonds and undertakings. recognizanow, contracts of indemnity and other writings, oWigatory In the nature thereof. and any such . officers of the Company may appoint agents for acceptance of process' This Power of Attorney is signed, seated and certified by facsimie under and by authority of the fodowtng: resolution adopted by the unanimous consent of the Board of Directors of the Company. on March 3.2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated In writing and fled with the Secretary,. and the signature of the Secretary, the seat of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors. on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shad continue to be valid and binding upon the Company. 00ML001 3 00 03 03 Page i of 2 Printed in U.S.A. Page left blank intentionally y 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 September 14, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3311 msinacori@city.newport-beach.ca.us SUBJECT: WEST NEWPORT / MARINE AVENUE STREETLIGHT REPLACEMENT /STREETSCAPE IMPROVEMENTS - AWARD OF CONTRACT NO. 3697 RECOMMENDATIONS: 1. Determine that the project is exempt from environmental review pursuant to Section 15302 of the California Environmental Quality Act Implementing Guidelines. 2. Approve the plans and specifications. 3. Award Contract No. 3697 to Moore Electrical Contracting for the total bid price of $466,582.20, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $46,000 to cover the cost of unforeseen work. 5. Approve a Budget Amendment transferring $12,649.20 from Account No. 7295 - 05100570 to Account No. 7295- C5300035 and appropriating $99,593.00 from Unappropriated General Fund, 010 -3605, to Account No. 7013- C5300035, Streetlight Replacement Program, and $31,577.84 from Unappropriated General Fund, 010 -3605, to Account No. 7014- C5100717, Marine Avenue Streetscape Improvements. DISCUSSION: At 2:00 p.m. on August 25, 2004 the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Moore Electrical Contracting $466,582.20 * 2 Pouk & Steinle, Inc. $507,266.00 3 Dynalectric $688,213.07 * * Corrected Bid Amount Subject: West Newport I Moe Avenue Streetlight Replacement - Award of t;ontract No. 3697 September 14, 2004 Page: 2 The low total bid amount is 3.7 percent above the Engineer's Estimate of $450,000. The low bidder, Moore Electrical Contracting of Corona, possesses a California State Contractors License Classification C -10 and General A License as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. West Newport Streetliaht Replacement The West Newport Streetlight Replacement portion of this project is an area identified in the City's 15 -Year Master Plan for upgrades of older streetlight systems. Council approved $300,000 in the 2004105 Capital Improvement Program (CIP) for this project in anticipation of Underground Utility District No. 69 approval on July 27, 2004. The proposed underground power facilities could not reasonably maintain the costly 5000 volt series system without excessive cost to the residents. Since the City had plans to upgrade the streetlights in the master plan and reduce the power requirements to 240 volts, it made sense to recommend the replacement and minimize impacts to the public in the future. Unfortunately, with the increase in construction costs for steel, PVC, and cement, these improvements are roughly $100,000 more than anticipated at the time the budget was prepared. The cost of the wires alone for the new system is roughly 50% higher than previous projects. Also included in this contract are minor streetlight pull box repairs on the Ocean Front between Island Avenue and 20th Street. Marine Avenue Streetliaht and Streetscape Improvements The Council approved the Marine Avenue Streetscape Improvement Project in the CIP for a total budget of $191,000.00. The overall project includes the replacement of the existing benches, litter receptacles, and streetlights along with new tree well treatments. The City Council approved the pre - purchase of the streetlight poles, benches and litter receptacles on July 13, 2004. The contract for Moore Electrical is the installation of the pre - purchased poles along with installation of a new streetlight in front of Wilma's Caf6, as requested by the Marine Avenue Business Improvement District. In addition, Trademark Concrete System will be the sub - contractor installing decorative paving in 47 tree wells along Marine Avenue. The total project cost for the Marine Avenue Streetscape is roughly $36,000 more than anticipated at the time the budget was prepared, again noting the increase in construction material costs. Per the Contract Specifications the Contractor will have 60 consecutive working days to complete the work. However, it appears their will be some conflicts with other construction projects in West Newport (undergrounding and water main replacement), which will require a time extension. The first order of work for Moore Electric will be Marine Avenue to allow for completion prior to the holiday season. The delivery of the pre - purchased 14 streetlight poles, 38 benches, and 25 litter receptacles are still on schedule for the end of September and early October and all work on Marine Avenue should be completed by Thanksgiving. Subject: West Newport / Manire Avenue Streetlight Replacement — Award of Contract No. 3697 September 14, 2004 Page: 3 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. Funding_ Availability: Upon approval of the recommended Budget Amendment, sufficient funds are available in the following accounts for the project: Account Number Account Description Amount 7013- C5300035 General Fund — Streetlight Replacement $395,017.00 7014- C5100717 General Fund — Marine Ave. Streetscape $104,916.00 7295- C5300035 Oil Spill Remediation - Ocean Front $12,649.20 Streetlight Repairs Total: $512,582.20 Prepared by: J. acori, P.E. Engineer Attachments: Project Location Map Bid Summary Budget Amendment Submitted by: U a MW NW Ix O a W Z LL O } H U Z w a a w D NYN U J m M a M W a F 0o Q fV � 111 N 2 � U m U U w w � W Y N a w U Z F- LU O a Q O 0 J O w f 2 U' W W H N W 7 W Q w z a m a W Z F p O p � o iA I�I�I ui 2 Cw7 wZQ (j)� W� W W Z F3 0 wa AM m n a w x U N D 0 a A O O m 0 O m O Q) O O V 0 0 0 0 0 O O O N m 0) O O O O O O O O O A X 0 0 m m 011 P O � O O O O o� IU O O O O O O t° OJ V In O O M[pp y� t0 O °f Z <C Oi W 0 tG N N O V M O m O I� m Ovi tai O OJ N N N S n N �OGpDp GD S O aNa Y M p S O N N S^ N S P S [ n W � �N�pp N— � 0 i+f U A m 0 ' M S �- O CJ r sT P N O N f0 �- N V N O� N N M M Gmi Gn N V N N C'J N W P N V N M N N V W J Z O O m m O M M M O m 0 0 W N N N V m m m m O O m m m M N m O V A O A C11 m N O M OJ V W N A I� O o] w N V N V m OI O D7 In f9 M O W � a O yy t7 w � 6 l"l v N yNy D n N V < C' CJ M O 0 O 0 O 0 O 0 O 0 O O O O O O O S S S S S S S S O O O O O O O O O O O O S S O O S S F 0 0 0 0 0 0 0 V -L 0 D 0 O 0 O 0 M 0 N vi P O p pp M C P N P C O 0 O 0 m 0 m 0 m 0 N O 0 V 0 0 0 0 0 0 0 N 0 O 0 0 0 0 0 0 0 0 N A N A O O N N O O O V O N m O S O O O O Z 0 O N O N P m N V O N N m A m d' V A sf M m O m O) m N O V IA M O O M C m m N m Q N N O N T O N TZ M A W N M M tD r N 0 � N06 N Z Gp N N E V M OI Ld J z W y 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N O 0 0 0 O y F O O O N m N A N O O M N 0 0 0 0 0 0 0 0 A N N N N M O O m N N M M N s} M m N M N m Of W m V V m 0 � �(> GV N N N a C7 0 0 0 0 0 0 0 0 0 0 0 o S S 0 o 0 0 0 o 0 a 0 o 0 a 0 o 0 0 0 o 0 a 0 o 0 0 0 o 0 a 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z O O V tG O O OO OO OO (] U] 0 0 0 In O N 0 0 0 0 0 0 fJ 0 0 0 0 1(] O V O W 0 0 0 0 p U z Z O O r Oi P P N N N O) G N t7 m m W M N N m Y 1 N 1 A F 0 Z < O Q Q U 0 0 0 m 0 0 0 0 S S S S tVV ffVV A � 0 0 0 0 0 N A N h 0 0 0 0 0 0 0 A N U 0 0 tO N O OO OO O O CJ N CJ C] V GV r GV 0 0 0 0 0 0 0 0 0 0 V N m u'i N V N M N O N J F O O m N N N N N M M M V N N M M N N N O m N M V N N N N Z W 0 0 0 O 0 O 0 O 0 m 0 N 0 O 0 S O O O O O O O O O m O 0 0 0 0 0 0 0 0 0 0 N M O N 0 0 0 0 0 F- 0 0 0 N S O O m O m N m O m N r O m O O m m O O) O M O OI O N O N O O O m O N O N O m O O O m y t0 A A m M O O) m A N A N 0 M 0 m 0 N M N M N to N A tD M M c'! N N A Q z N N N N N v V O N 0 y 2 a w N 0 0 0 O O O O S S O O O O S O N O N O O O O O O O O O O O N r S O h 0 U[ 0 W Z O88 88 O 0 M O N O O O O O N O O O N O O C N O O P [G N N GV 8 C CJ p G pp G o C N O O O C O t7 Of t7 01 GD N N N W G 0 0 0 N n n M m M m V' th N S N �!J N �(1 O LV S M N N N N Z _ W Z � J J W J W W W W aa J J J J J QQ QQ aa QQ QQ aa QQ QQ J J J J J J J J J aa W W W W W W W W W W W W W W W M m S M O O V 0 M W W S A W m m N W Q 6 N W m C a a v m o E E Z y @ w W U d H E ° = �cc}} m . KN w 0 E o o a x — g °pcp = u+ f° m W L 7$ {�6 b` .... ccp c y ap1i N L ptp�� to a2i N m m N m d >> O O U U 9 909 0 9 'O O Cp C p Co cc p C cc a s C a N p 8 U F@ N C GS N '% N '% 2 x x U U C 3 C U C 2 @ 0yy1 .y Ny x N a U ap d' m Nx 'Cp U Ci a U U U U >> U b N U O C U U U U [Nl N U a s U yNy U y U U 4 N@ d = p; 3 a (3 W N@ 6 6 c R' C M .m N �+ m —6 i9 d is N M R __ %9 6 c c e c O c " c= w o c U c c c c c c c �j c= of WM a a a a a a a a a a a¢ a a a a a�� V N d P m CJ O Ca a N M a m A m F m n a w x U N D 0 a A `o O U O W O C O W N Y_ W =' W 7 Z W Q W_ Q f W 0 ~ a w Z ZW Z Q wUK 3d4WW Zoo ��wa U C F- U W J Q Z U Z_ W J 2 W H Y 7 a n N Z 1-N urns U F Z y A a 0 O Q QU U � � o U N W C O O m i�l w w w w Z Z w N 0 U J C U n m c `1 0 z 7 Z F u 0 a` 2 CL o N Q W 2 � U m U OV O W , x Y U N U U Z w Oa Q � O = W m W m m� Q LU 0 i a Y !L 0 Z LL O J �m a `o O U O W O C O W N Y_ W =' W 7 Z W Q W_ Q f W 0 ~ a w Z ZW Z Q wUK 3d4WW Zoo ��wa U C F- U W J Q Z U Z_ W J 2 W H Y 7 a n N Z 1-N urns U F Z y A a 0 O Q QU U � � o U N W C O O m i�l w w w w Z Z w N 0 U J C U n m c `1 0 z 7 Z F u 0 a` Car Of Newpor Beech* NO. BA. BUDGET AMENDMENT 2004 -05 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND NX Transfer Budget Appropriations SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: 011 AMOUNT: $1as,a7s.7s Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To increase and transfer expenditure appropriations for West NewporUMarine Avenue Streetlight Replacement, C -3697. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund Fund Balance REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: Services Director .A./ I Administrative Approval: City Manager City Council Approval: City Clerk Amount Debit Credit $135,829.59 " $12,649.20 $12,649.20 $99,593.00 $36,236.59 ,z-e Date Date Description Division Number 7295 Oil Spill Remediation Account Number C5100570 Balboa Peninsula Beach Walkway Division Number 7295 Oil Spill Remediation Account Number C5300035 Streetlight Replacement Program Division Number 7013 Street Account Number C5300035 Streetlight Replacement Program Division Number 7014 Miscellaneous & Studies Account Number C5100717 Marine Avenue Streetscape Improvements Signed: Signed: Signed: Services Director .A./ I Administrative Approval: City Manager City Council Approval: City Clerk Amount Debit Credit $135,829.59 " $12,649.20 $12,649.20 $99,593.00 $36,236.59 ,z-e Date Date