Loading...
HomeMy WebLinkAboutC-3969 - Flashing Crosswalk - Newport Boulevards at 23rd Street0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC April 29, 2010 Mr. Brian Mendoza, Vice President/ Secretary PTM General Engineering Services, Inc. 5942 Acorn Street Riverside, CA 92504 Subject: In- Pavement Lighted Crosswalk on Newport Boulevard at 23rd Street (C -3969) Dear Mr. Mendoza: On April 28, 2009, the City Council of Newport Beach accepted the work for 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 July 13, contract is Developers Surety and Indemnity Company 349013P. Enclosed is the Faithful Performance Bond. Sincerel 4ry Leilani 1. Brown, MMC F City Clerk Enclosure 2009. The Surety for the and the bond number is 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newoort- heach.ca.us r� u BOND NO.: 349013P BOND PREMIUM IS SUBJECT TO CHANGE BASED ON FINAL CONTRACT PRICE BOND PREMIUM IS $2,070.00 BOND EXECUTED IN FOUR COUNTERPARTS 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23STREET CONTRACT NO. 3969 BOND NO. 3m13P -. The premium charges on this Bond is $ Two THOUSAND SEVENTY AND 01100 ($7,070.00) being at the late of $ 7• thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by nation adopted. awarded to PTM General Engineering Services, Inc., a California corporation. hereinafter designated as the `Principal', a contract for Construction of IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23R0 STREET, Contract No. 3969 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. 39N and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and meLopomsu mANDwoEMNmCOMPANY , 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 Eighty -Two Thousand, Swan Hundred Eighty and 001100 Dollars ($8$780.00) lawful money of the United States of America, sold sum bekV 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 end in the manner therein specified, and in all respects according to Its true Intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then. Surety will faithfully perform the same, in an amount not exceeding the sum specified In this Bond; otherwise this obligation shall become null and void. 28 0 0 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 terns of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and It does hereby walve 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 shag be extended and maintained by the Principal in fun force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an Individual, It is agreed that the death of any such Principal shall not exonerate the Surety from Its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11 day of JUNE 7nnA PTM GENERAL ENGINEERING SERVICES, INC. PTM General Engineering Svcs., Inc. (Principal) DEVELOPERS SURETY AND INDEMNITY COMPANY Name of Surety CIO THE BOND EXCHANGE AND INSURANCE AGENCY 24800 CHRISANTA DR., STE. 190 MISSION VIEJO, CA 92691 Address Of Surety 90- 01.7000 telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETYMUST BE ATTACHED Me 0 ACKNOWLEDGMENT State of California County of Riverside 0 On 611 beforeme, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same In hislher/their authorized capacity(ies), and that by hislherAheir signalure(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Signature (Seal) Cowr t 18!6768 N "0f nn ` i NK-CAOW Nr COr. EA. WA 7, EIIO ACKNOWLEDGMENT i State of California County of ORANGE On June 11, 2008 before me, xmFER c. woNer. NOTARY PA)BUC (insert name and title of the officer) personally appeared YUNG T. YUWCK who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/herRheir authorized capacity(les), and that by his/her/their signatures) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. I certify under PENALTY OF PERJURY under the laws of the State of Caitfornia that the foregoing paragraph is true and correct. N JENNIFER C. O,Z4,EV WITNESS my hand and oHi I seal. COMM, It 1797064 X 1 kXARYPU&Xd 00FtVh X ORANGE COUNTY N Mr 0= B*u MAY; 2012 Signature (Seal) PUM OF ATTCDEY FOR DEYaORM URMAND ROOMY COMPANY B9BBDYC0IIPW0i CAlIORWA PO Bw 19778, P4W– CA MM "7663900 *MALL M BY11AE PNESBn Mw awouac* n- A& AKDE: yftOPM8UBErYANDUOEiiilYCO6PAP JYrd616wm CobPAMt OFOAIFCJi41h,do Sack body Mika. oaaibaad wp*t ** *Yung T. Mullkk, James W. Moiianen; Jennifer Giboney, Frances Lefler, Jointly or severally * ** a Ortpr 8066rfABVey(0444CL baste, SCAM OWNS! ate, of and m WOOS doa- I rMON. bwd9, rod oo M*CfVAIP d} 9At4 nd pratcp tnb a10Atbmry(gbFadt} Pdaer�d adiwry b do and b Padon� awyau noamwy, n*Aftwpmw b b*dma b mn*Am hrsUa sack d add mPOafb*aakd4butatw ba shdaWoorpaadomNpowrdssa0beonand ceoa6a� and /dhawdalJAtlawp9yAFaq p *sadbtb9apnab4 as hrahrrow n d boilnedd ibi9 PawdAtJrryk pro*rd Sad 49bsd Mbo99aee adaraad y r/iary d M kiarpp neae/at atiF9W by M rsaaoM Bold dOisbr9d OEYf10PBi8 SUREiY AND ROOMY CO MWNd NOBIYtt COMPAW OF CAFMIk Madwe a d jum"19c W. � BE80LYE0, ht h otdaab dM Bwd. b F*ddttud rry Ike PnddrdtlhaapaNm Oa. and IW each d hm hrnby b, aatiaWd beaaaPOas9 d MbarP.*✓MB h /aaal'(�1 woad p h Pawn dA6rnry b aeo4, m Nhaid h mrya9don9. baAdq undedMepf add opNacN d 9a9pdr➢c Sad hlb Seaabryar gAdd9dSaoelrydMOapaaioaa ba, and atl dbm OeraDr k, bMSw b a8pt h eaadbn d any ud1 AbwrdA6w*1; 16 OW®. FUi996t. 111111w SWOON dsrh DISH maybe dbo b any aft PamdAwNy wool -Cda rdOgbtab by' 'aa, Sadaayate PowdlW wor OalI's bameq 9Ud14s91ela9yia9aadMMaai9 ud eedroIpanbmparalai* allYlaa14e09n0hMMIOMprapaelbtybwA andar 1 a m*axtlauayJNp b aAth ik NW W. SSMdCdkob CosydOwp SURLIYA D O4EWIY CO9PW and *CEMN CdhPNIYOFCALFMM hse abera6Y awed Saar pe9bia bbedgrWby d by Mtaa9psMAddad SWWy 16 J K700S. 00.6 we Od Jaaaw1970 be4wo*,- daYe.acrJ.Ibd�NdanPdilo Do Ikn YaNll9rwbdtMddb00brr "— 6aaaubwww SNOW T. PIN aM MOM L DWI _ __- Nba(ddarg" aMpmwl b W w M Nkd9aY9iebryaA9aw b M bpanb9(y McOaa Maf(9l WMbt9a4ad b ..� - ; MMirbrYataaOarlpiwMylObpab111NNMMrsNtMMa9eap WhadYtaDaN9A o9pao6�, and MibyA4Mordfa�}Wa(9) wbYMnnedb paran(9), a M aA6ycpoabahaYd � aNdlbPama(91sbd, bateldbpavaat. Pbw Nfty dAbew 1m* ordwPBML1YOFPLiWWb4tMtN9dh84bdC *i*o iM9a9p I par , . it h"Sw eared. %YMSS"hod sd SUL J. Ameb 1M ads�d. sA9941r18aaW>t dOEYH,W6t881J1E7YAlD iDBitlfY COiiANYaN 1�/InYCONMNY OF CAlF01Wil doe IwabY ody MIM9tpo6* PbwdAtbn'yaaw9r NMtawaad Ir hdMMae9at90, and faewma► M1M pcwMawdMadokn dh bepsiwBo•A dDbaN9daid dogocMas bd M p M Pbw d ABtr./, an p I910a i tl M dda d M Catka/a lbk CrMab4atrrrdkbQgdMr.CioeiQb 11 lord JUNE NP 6 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 April 28, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Antony Brine, City Traffic Engineer 949 - 644 -3329 or tbrine@city.newport- beach.ca.us SUBJECT: FLASHING CROSSWALK AT NEWPORT BOULEVARD AND 23RD STREET — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3969 Recommendations: 1. Accept the completed work. 2. Authorize the City Clerk to file the 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 the Council acceptance. Discussion: On June 24, 2008, the City Council authorized the award of the Flashing Crosswalk at Newport Boulevard and 23rd Street project to PTM General Engineering Services, Inc. The contract provided for construction of an in- pavement warning lighted crosswalk system, overhead flashing beacons with pedestrian warning signs, new pedestrian ramps, and new traffic striping and markings. The contract has now been completed to the satisfaction of the Public Works Department. The summary of the contract cost is shown in the following table: Original bid amount: $ 82,780.00 Actual amount of bid items constructed $ 82,780.00 Total amount of change orders $ 2.691.51 Final contract cost $ 85,471.51 One change order was needed to relocate existing street light conduit. The final overall cost including one change order was 3.3 percent above the original bid amount. C RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 • 4. Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder 191N�N1 IhIIgVIII I IpII I�VI "Bill NO FEE 2009000293658 08:23am 06/08/09 200 32 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" p �i NOTICE OF COMPLETION (1) NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and PTM General Engineering Services, Inc., of Riverside, California, as Contractor, entered into a Contract on June 24, 2008. Said Contract set forth certain improvements, as follows: In- Pavement Lighted Crosswalk on Newport Boulevard at 23rd Street (C -3969) Work on said Contract was completed, and was found to be acceptable on April 28. 2009, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Developers Surety and Indemnity Company. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. rn� Executed on oL�� at Newport Beach, Califomia. o � m w 0 M m r Vt CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown. MMC April 29, 2009 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion for the following projects: 1. Water Well Rehabilitation Dolphin & Tamura Shallow Wells (C -4053) 2. MacArthur Boulevard Median Trees (C -4054) 3. Flashing Crosswalk at Newport Blvd. & 23rd Street (C -3969) Please record the enclosed documents and return them to the City Clerk's office. Thank you. Sincerely, Leilani I. Brown, M tc City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and General Pump Company, Inc., of San Dimas, California, as Contractor, entered into a Contract on September 9. 2008. Said Contract set forth certain improvements, as follows: Water Well Rehabilitation — Dolphin and Tamura Shallow Wells fC -4053) Work on said Contract was completed, and was found to be acceptable on April 28. 2009, by the City Council. Tale to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on BY City Clerk at Newport Beach, California. • • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 am on the 29th day of May, 2008, at which time such bids shall be opened and read for IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET Title of Project Contract No. 3969 $84,000 Engineer's Estimate f�k Public Works Director l Prospective bidders may obtain one set of bid documents for $10 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project. "C -10" For further information, call Antony Brine, P.E., Project Manager at (949) 644 -3329 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htti)://www.city.newport-beach,ca.us CLICK: e- onlineservices /e- bidPublicWorks • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 K11 STREET CONTRACT NO. 3969 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 INFORMATION 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 F • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 KV STREET CONTRACT NO. 3969 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 price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section M substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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). 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 signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents.that the above has been reviewed. 891265 Class A; C10; C31 Contractor's License No. & Classification PTM General Engineering Svcs, Inc. Bidder 'Autho ed Signaturerfitle Bri n Mendoza Vice 0 /41/M' Date President /Secretary • • ACKNOWLEDGMENT State of California County of Riverside On JlhlrlVO before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /sheAhey executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true muLoorreat. hand a official seal. '` ELIlAK -8 H.A. t,C .RAE< N "sz S C ,,w 158676E �7 V',;RYF -3UC- D!OMIA i (Seal) r_„ ,,. K- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 STREET CONTRACT NO. 3969 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 BID AMOUNT Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET, Contract No. 3969 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 certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, It Is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. . Witness our hands this 2a_day of MAY , 2008. PTM GENERAL ENGINEERING SERVICES, INC. Name of Contractor (Principal) Adrodd nnai�Im/Title DEVELOPERS SURETY AND INDEMNITY COMPANY Name of Surety C/O THE BOND EXCHANGE AND INSURANCE AGENCY 24800 CHRISANTA DR., SUITE 160 MISSION VIEJO. CA 92691 Address of Surety (949) 461 - 7000 Telephone (Notary acknowledgment of Principal & Surety must be attached) • • ACKNOWLEDGMENT State of California Countyof_ Riverside On `5 Z�Op before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m h n and official seal. , + q' ELIZASEiH II.AI ',XR.4E V.,SB VOIE.l oL;'iG C ?!iPOhOiA �7 �`fib/ r:?S'IE COUNTY ;:: t:4 !:p >'ai. I. r" 7 1.010 Signature (Seal) U....... e �. b.. • 0 F-T43 Al 0 ► I I, 4:yI State of California County of ORANGE ) On May 28. 2008 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC (insert name and title of the officer) personally appeared YUNGT.MULLICK who 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 he/she /they executed the same in his /herttheir authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JENNIFER C, GIBBONFY� N COMM. A 1797W WITNESS my he d I ial seal. i WTARf PUB 10WORM ORANGE COUNTY N My Corm, "m MAY 9 2M2 Signature l /IL //i (seal) 0 0 FOMOFATTORNLYFOR OlY0.OPER8 SVRETYAND t1DEIARM COMPANY INDEMNITY CON ANYOF CALXORWA PO8at107A1MNE,CA82026 (919}2 3-W ' WMALL LEN BY THESE PRESEN$ 0811*azc tw aisrm*hi" DEVELOPERS SURETYAND INDEMITY,COMPANY aW INDBOM COMPANY OF CALIFORNN, do eecthaebymele, aTS66te ad eppo0t * **Yung T. Mullick, lames W, Moilanen; jennlfer Giboney, Frances Lefler, jointly or severally * ** ahMnbaclIwMAOaradj &Wrgb maim, enco.de0rawd&&wA 1pa, tar adonbebatdWdcaommma ,asuraWe,bads,Mwaiwgsada meadwmty "titngad OMMO MhWjMWAtlan"HrvFaa41 pars eM aft* bdo and to Wean"pryaaabarmy, recµslaorpmpa bbe rime b aabacthaft oas each at Mid WOM&namadd do. bAMMft beach daYd iapaalauba pm w al sa60AM -and M*CWM, end all dthe aria d addAtaray( W&ck purcoerd to toopaeM aamrebyyMed endarM1med. - . This Pow QfAWW k VOW nd le OW byaabtm mdaand by saRm ty dta Mm" ceakfanadoIftl bytes rtplecbfe Boas d Mean of DEVELOPERS SURETY AND WDBf7IY CO~ ad BDEARUTYCOMNNY OF CALSO1OAy ebohre as dJaaasy la, 2006. .1, . RESOLVED, tat Pm drain dta Bond, to Preeidonlad any Vice Paeidatd the mapaabn be, acl tat each dtm hsrcq is. wMrk d hem ew Pbawad Almrneri NdMb9MMw.wA# names btie PmtaadAlbnbybaea0a, n boddta arpaaba, boide, adwW&p adcanbacbdaaelya lxad Ralf Sacapwa eayASaaaSeoaay dOa caPeutaa bar. nd eeN clam heabyb, autbdAded bMal fie exea�0a d enP eudi PaaadAriomey; R�OL+fEO, FlitfNHi.FatlarlIAaeayawdi ot4asmay M etbad b ayasil ParaaAgpneya m any eaBHmate reUWg Neromby maimk, mad aer txh PorardAtmay a aaBlode baab0 aahLesbrA 7tOmebate eAalba vapd end h8dlnp opal tamaporalom Mina ama,d ad h Ole A�Aresllh respedb eel bon4 udatsldrq amMttetdaaegadp bMtoh tis atadad 01VRf1E5SXMMW, DEMDPERS SURETYAND OJDEWM COMPANY ad INANITY COMNY OF CALIFORNIA hm swmr* caused tlaaepreaadb b ed adby tasiresperrieKCSFteaMatadabWad byMtrelpeNwASMIat seerday O$JMUay 1aL 2006. saadcalaam C*"Qfom" on Jea®e19.2008 bebleaa, ChdaodrrJ. Raaeh. NomyPUbia Pab - - - Hare bserlNane atlT'dbdOa d0bar P�wY+PPa><md -_ SbDhen T. Paaad CladasL Day Nanep)aSpne(q tb MNn adhumonl ad edotdtisdOad b me trial hmYheNaY amadad to Sane b bleAadtlalr atladmd - - bad taibyMpTaNMralpnare{�mta baeumadthe pasonjaJ•ataadiUyanbdaOd which the peanm(s) aced, "cum tma Aahm t. 1 matry adaPFJiA1.7Y OF PERJURY uMa0a haadthe SaadCaNanb tlattdatoregalppea0roph is .,. ,.. ... ...... WITNESSmyhnO!� Paaaday SealA6are S�iaasre '�� CWjKWJ.Rooch CEITI MATE s addar�mdd ,aa 8 dD If ,�� ad Nll7 MffYCOMRWOFCNRORNl4does6ambyoaty pmrbaned Oa mocklions of the m6peetse Boards dDhdnd Meld 7MmCalkafohaaa�adhtlmt9patNna ,CiAade,tr 28 *of MAY 200,8 Best's Rating Center - Comp information for Developers Suret�nd Indemni... Page 1 of 1 Rating Center � / vmw Rtar v Financial Strength Issuer Credit Securities Adganaed S.ai!¢h Oth., web Comers sale Rating Methodology _ Industry Re-. -arch Ratings Deliniilxls 4 Developers Surety and Indemnity Company SellrCh Be- I's RatilgS l4 iwmw, or iNSCOm woroup) rigs nro:y 1. —,.l M no � &.do r: 11752 NPN: 9: 12710 FEIN a: 420420110 1- o., 00in.n an... —aarity la man prer __ Press Relea l Address: 1'2]80 Fitch. Suite 200 Phone: 949 - 2633300 v, o,., db Mr5. mlinrlaexe _ Rebind Products III Irvine, CA 92614 Fast: 949. 252 -1959 Web: www.Incootaxom industry 8 Region: Cotrrdry Risk Best's Ratings itilerp Financial Strength Ratings View Definitions Issue Credit Ratings View.D.e.@D•ItdKl Rating: A- (Excollard) Long-Term:a- I 2IO V� Rip Affibation Code: g (Group) Outlook: stoble Financial Size Category: VII ($50 Million to $100 Million) Action: Affirmed :Wad an Analoys I Outlook: Stable Aclon: Affirmed Dale: April 15, 2008 Effective Dale: April 15, 2008 'o Denotes Under Review Best's Ratings Reports and News Visit our NewsRoom te fa the latest nos ntl press releases for this company and its A.M. Best Group. I AMB Credit Report - Insurance Professional (Unabddget) (formerly known as Bests Company Report) - includes Best's Fin: rationale along with comprehensive analytical commentary, detailed business overview and key financial data. x Report Revision Date: 05N 912008 (represents the latest significant change). Histoncal Reports are available in AMB Credit Report Insuranc Pe!ofessional (Unabr,dged) Archive. '+ Best's Executive Summary Reports (Financial Overview) - availableonthree versions, these presentation style reports feature balances key financial performance tests Including profit ability, liquidity and reserve analysis. ' Data status: 2008 Best's Statement File - P /C, US. Contains data compiled as of 52912006 (Quality Cross Checked). r Single Company - five years offinancial data specifically on this company. a Comparison - side- by-side financial analysis N this company do a peer group of up to five other companies YOU select. r COMposlte- evaluate this company's financials against a peer group composite. Reportdasplays both the average and total composite, group. _ AMB C dl R p rt - R s Profes I - provides three years of key financal data presented with colorful charts and tables. Ead'i re talent Best's Ratings, Rating Rationale and an excerpt from our Business Review commentary. i DM- Status: Contains data compiled as of 5!29@008 (Quality Cress Checked). Best's Key Rating Guide Presentation Report includes Best's Financial Strength Rating and 5nancial data as provided in Best's Key Ra .( Data status: 2006 Financial Data (Quality Cross Checked). Financial and Analytical Products Best's Property /Casualty Center - Premium Data & Reports Best's Key Rating Guide - ? /C- US $ Canada Best's ,,%te ement File_- PIC, US Besrs $tats marl Fila - Global Best's Insurance Reports - PIC, US & Canada Bests State Line - PJC. US Basra InsITEr4oExye?yde,ExhitmL0-E.EI - PIC, US Bast's Regulatory Center. Market Share Reports Best's Schedule P (Loss Reserves) -PIC, US Customer Service I Product Support I Member Center I Contact Info I Careers About A.M.,Best I Site Map I Privacy Policy I Secunry I Terms of Use I Legal & Licensing Copy,lght 02008 A M. Best Company. tic Ad F" reserved. AM. Best Worldwide Headquarters, Ambest Read, Oldwick. New Jersey, MEN, USA, http://www3.ambest.com/ratings/FullProfile.asp?BI=O&AMBNum=l 1752&AItS re... 06/02/2008 0 i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 STREET CONTRACT NO. 3969 State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Soecificatiorts for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport /leach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: IN, SWIPI 19 Address. Port. porbon of orlping �.qo 19-6 N Ptxlf(/y ,oYang4'/,oA 6f 6t9n1ng Phone: State License Number. Name: 09-T WOYKS fir✓✓ Portion of �gffic Address: 23aD5 cltnt-on K�Ikh �¢I �I Control rare , mm P II A2/ tN ildomitr, Ck A25,15 Pork. VAW91e $-A1Y0 Abi'6' Phone: of Cum taynp, pcc, cure (r State Llconse Number. Name: Address: Phone: State License Number: PTM General Engineering Bidder Services, Inc. Brian Mendoza Authorized Signature/Title 7. Vice President Secretary CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 STREET CONTRACT NO. 3969 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type Bidders Name PTM General Engineering Services, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years In excess of $15,000, provide the following information: No-11 UC Riverside Project NO. 956531 Project Name /Number Project Description UCR Lighting Approximate Construction Dates: From 04/08 To: In Progress Agency Name UC Riverside Office of Design & Construction Contact Person Mr. George Mac Mullin Telephone (951. 827.4201 279200.00 Not Completed Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Project not completed yet. 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. None to date. 7 0 0 No.2 BP #122 Traffic Signal and Utilities Project Name /Number Canyon r us St. improvements Project Description for Santa Clarita Community College Approximate Construction Dates: From 02/08 To: In Progress Agency Name Lundgren Management Contact Person Mr. Chris Padgett Telephone (661.424.0075 324238.00 Not completed yet. Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Not applicable since project is in progress. 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. None to date. No. 3 Project Name /Number City Project No. 07 -06 Hawthorne.Blvd. Traffic Signal Modification Project Description Rat wPPn 120th St F Rrnadwav Approximate Construction Dates: From 03/08 To: In Progress Agency Name City of Hawthorne ContactPe_rson Mr. Alan Leung Telephone (310.349.2997 124400.00 In !!Progress Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) To be determined at since job has not been completed. 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. None to date. 8 L No.4 LD -08 -03 Project Name /Number F- 6­1 Project Description Underground Electrical at Allen & Hasting in City of Pasadena Approximate Construction Dates: Fromgpnrox os /oe To: TBD Agency Name City of Pasadena Dept. of water & Power Mr. Filo Miclat 626 Contact Person Mr. Memo Ponce Telephone ( ) 509109.00 To be determined. Original Contract Amount $ Final Contract Amount $ If final amount Is different from original, please explain (change orders, extra work, etc.) Information not available since job has not started. 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. Not applicable. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders,'extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly.explain and indicate outcome of claims. No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name _ Contact Person Telephone ( ) Original Contract Amount $ 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 youlContractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal ontractor's current financial conditions. PTM General Engineering - Brian Mendoza Bidder services, Inc. uthorizedSignaturemtle vice President Secretary More information attached for your reference. 10 0 PTM General Engineering Services Inc.: EWrical installation; Fiber Optic,, Dry /Wet Utilities; Concrete & katt; streetlmprovements, Project Design & Development; Public & Private Facsimile Transmittal Dewy; a 17, 2007 To Whom It May Concern: PTY General Engineerfnq Svcs Inc. is In the process of transilloning sfrom Freeway Elec�k, ow4iw,10096 by Br!aR Mendoza, to a corporation in the StatG+of camoN PTM: %s Ovnfty a brother and sister who have close to 20 years experience In the Industry. The purpose df the transition is: o: :Obtain dbe, mbe, wbe status with the 5tate of Californta -Dept; of Transportatlon 914d other agencies (Elizabeth owns 8096 and Brian owns 204). o. ;'The name "PTM General £nglneedng Svcs, Inc. fits the scope bf oUr work more than = merely Freeway Electric" where It is often assumed we perform only electrical c Installation. Both companies do electrical, dry/wet utllitles fiber optic, minor concrete, Masphalt, and project design. o There are three companies in the state of California with the name "Freeway Electric.'` One not related to us, has a negative credit rating and assumed to be us when applying for credit. o w:.PTM stands for Pedro Torres Mendoza, father of both Brian and Elizabeth who planned : ;to eventually change the name In memory of him. PTM.' . only one contract to date on hand with Long Beach Community College as noted on the rerences. For this reason, we are including the resume on Brian Mendoza with refers on his quality of work, knowledge, and experience. . :a SinteieJy, - ' PTM General Engineering Svc., Inc. E11zdde1h H. Mendoza de McRae President/CFO • r:Cii Mailing Address: P.O. Box 7745 Riverside, CA 92513 -7745 Physical Address: 5942 Acorn St. Riverside, CA 92504 Tel No: 951.710,1000 Fax: 951 ,710,1 00 61 2 /1 8/20071 2/1 8/2 00 7 0 Un& gii; tW - 0 Project References Listed below are the names, address, and telephone numbers for five public agendes for which Freeway Electric has performed • similar work called out for In the plans and specs within the past two years. 1) City Temple City 5938 Kauffman Ave. Temple City, CA 91780 Contact: Mr. Steve Loriso RKA Consulting Group Tel 909 594 9702 Contract No. d Desc. CPR05,'06 Sereno Sewer System Improvements Completed., 12131106 Contract Amount: $249,50000 2) Indio Water Authority 100 Civic Center Drive indr'o, CA 92201 Contact: Mr. Dennis Weaver Tel. 760.391.4140 Contract No.. d Desc: Lateral Water Line Maintenance Completed.' 12131106 Contract Amount: $274,520.00 3) Watson d Associates 101 Main St., Sui to A Seal Beach, CA 90740 Contact: Mr. Tim Swartz The Moote Group Tel.' 714.751.5557 Contract No, d Desc: Tract 17699 Dry Utility Backbone at Campus Drive, Completed.' 12131106 Contract Amount :$191,764100 4) World Development 44 -600 Village Court Palm Desert, CA 92260 Contact: Mr, 6aryChromster Tel, 949.606.3326 Contract No. d Desc: TractNo. 28639 -1 Underground Utilifies in Catherdral CIfy Completed- 04 130/07 Contract Amount: $481,337,00 Phase one of two. 5) eityofsauthsate 8650 California Ave. South Cate, CA 90280 Contact: Mr. Art Cervantes Tel, 323.5635781 Contract Na: 360S Underground Utility District 7 Completed,, 04130107 Contract Amount: $45,320.00 U ticensd No. 6g V cyass A, .iti1D Cat Traffic Signal References • City of Newport Beach Contact: Mr. Brad Sommers Contact AID: 949.644.3316 Contract Desc: #3827 T/S Upgrades on Balboa Blvd ( 3 traffic signals) $438,00000 City of Bellflower Contact: Mr. PaulZwiep Contact No: 562.804.1424 Contract Desc: Spec 04105 -03 T/S Mod @ Bellflower (2 traffic signals) $297,000.00 City of Indio Contact: Mr. Tom Brochard Contact No. 760342, 6500 Contract Desc: 7'50601 T/S Modification at Madison (2 traffic signal mod.) $153,000.00 City of Indio Contact: Mr. Jaime Engler Contact No: 760.342.6500 Contract Desc: 7'50611, 7-50612, r50613T/SMadificat1onsat Various toe (2 traffic signal modiflcations)$557556.00 City of Carson Contact: Mr.Richardi9arland Contact No. 310.952.1700ext1815 Contract Desc: 1141 d 1918 Left Turn Phases (2 traffic signal mod.) $81,079.00 G'tyrof Arcadia Contact; RafaelorRamiro Contact Nor 626.574.5486 Desc: Traffic 5ignal Modficahons {2 traffic signal mod) $80346.00 and .$102, 274.00 City of Cypress Contact.' Mr. Kamran Dadbeh Contact No: 714.229.6750 Desc: left turn modifications Mtrafftcsignalmod) Contract: $193.563.00 &eewap Sfemonie. P. 9. 77 klr �r1- 145 Electrical Project References Listed below are the names, address, and telephone numbers for five public agencles for which Freeway Electric has performed similar work called out for in the plans and specs within the past two years. 1) Cityofzndio 100 Civic Center Drive. Indio, CA 92201 Contact: Mr. Tom Brochard Tel., 760.342.6500 Contract No. 10esc: T50601 T /5madificationsotMadison5t. Completed' 11106 Contract Amount: $153,000.00 2) City of Bellflower Attn: 16600 Civic Center Drive Bellflower, C4.9.0706 Contact: Mr. paulZwiep Tel: 56Z.804.1424 Contract No. d Desc: 5pecNo. 04105 -03 T/5 Mod O Bellflower Blvd Completed' 01107 Contract Amount: $297,000.00 3) Department of Transportation Contact: Mr. Toe Obadike 172730'4 Street Tel.' 951. 830.6821 Sacramento, CA 95816 Contract Na. d Desc: COOT 08- 0,P9104 4ugonia Ave Highway L tg. In Redlands Completed.• 01107 Contract Amount+ $130,000.00 4) City of Newport Beach 3300 Newport Blvd. Newport Beoeh, CA Contact., Mr, BrodSommers Tel.' 949.644.3316 Contract No. d Des ,-+ #3827 05.06 T/5 Upgrades on Balboa Blvd Completed. Approx09 107 ContractAmountr $438,000.00 0 • Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951- 712 -5767 + Brian @mbe- hlj.coin Obiective Chief Executive Officer and Supervisor of Outside Operations Qualification Summary • Supervisor of outside operations with over 18 years of experience; • Electrician with over 20 years of experience; • An effective communicator and team leader, • Experienced in coordinating and executing large and fast -paced projects; Personal Exuerience High Light Electric Inc. 1011996- present Riverside, Ca • Chief Estimator (05 /2005- present) • In charge of managing the estimating department and finalizing bid packages; • Coordinating the beginning phase of an awarded project between the company and agency or prime contractor; • Project submittals; • Contract review. o Successfully bid on projects totaling $12 million with an average spread of 6 %; • Area Supervisor (10/1996 -05 /2005) • Coordinated and managed 10 crews consisting of 6 members per team in the Southern California region; • Handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements; • Please view attached document listing HLE projects. • Maintained coordination between High Light Electric Inc. and subcontractor, general contractor, and project owners; • In charge of handling project's administrative work; • Monthly progress estimates; • Project progress schedules; • Material requisitions; ■ Contract change order negotiations; • Equipment purchase and rentals. MBE Electric Inc. 19/1988-1011996 Riverside, Ca, • . Vice President and Head of Outside Operations (10/1988 - 10/1996) o Managed outside operations for all projects ranging in size from $1,000 to 2,5 million; • Headed an around the clock electrical crew and coordinated with CC Meyes to repair the 1 -10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days ; 0 Brian Mendoza 0 11080 Kay Jay St. + Riverside, CA 92503 + 951-712-5767+ Brian@mbe- hlj.com o Maintained coordination between MBE Electric Inc. and subcontractor, general contractor, and project owners; o Implemented and enforced safety guidelines; o Handled administrative work; • Monthly progress estimates; • Material requisitions; • Contract change order negotiations; Vasco Corporation 10/1987- 6/1988 San Fernando, Ca. Foreman (Part-time) o Managed day to day operations of work crews and various projects ranging in size from $1,000 to $500,000 in Eastern Los Angeles County, • Traffic signals; • Street lighting; • Signal Interconnect; Raymor Electric 0986 - 1011987 Rosemead, Ca. • Crew leader (Part-time) o In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angeles County; Work Skills • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands -on experience with hand tools and power tools; • Capable of overseeing fast -paced and high profile projects; • An effective communicator and leader; Education International Brotherhood of Electrical Workers • Completed training course (1988 -1989) in street lighting and traffic signal installations, code enforcement, and blue print reading. South Gate High School South (late, Ca. • Received high school diploma in 1988. Professional MembershW • International Brotherhood of Electrical Workers (IBEW); • National Electrical Contractors Association (NECA). Accreditation • IBEW- Journeyman Wireman; CSLB- Electrical Contractor; Certified Trench Safety Coordinator. Professional an Personal Reference • Please view attached document titled Professional and Personal References. 0 0 Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951-712-5767+ Brian@mbe- hlj.com Lanauaees English (Native); • Spanish (Fluent). Awards Remyed 6 Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in 1996, nationally; • Recipient of the Certificate of Recognition by the City of Los Angeles for "Small Business," in 1997; • Recipient of the Certificate of Recognition by the City of Riverside for "Small Business," in 1997; Recipient of the Certificate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the "Top 500 Inland Empire Small Business," in 1997; • Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997; • Certification of Appreciation for our participation in the Rebuilding of the Aftermath of the Northridge Earthquake in 1994; • Certificate of appreciation for participation and maximization in the "Century Freeway Affirmative Action," by CFAAC. 0 0 Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951 - 712.5767 + Brian@mbe- hij,00m Professional and Personal References Caltrans Project #07- 1224U4 (Electrical contract amount is $4.5 million) Project completed in 2005. - Description of project: Installation of traffic signals, ramp metering, sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the I -10 Freeway in Los Angeles County. o Doug Dawson- Project Manager for prime contractor, Balfour Beatty. Cell: (949) 232 -3276 and Office: (909) 397 -8040. o Patty Galvan- Resident Engineer, Office: (909) 594 -4270. o Veronica Ross- Electrical Inspector. Cell: (714) 606 -6311 City of Redlands Contract# 208300- 7230/41008 (Electrical contract amount is $218,800) Project completed in 2003. - Description of project: Installation of traffic signals, modification of ramp metering, lighting and sign illumination. • Bill Hensley- Senior Civil Engineer- Office: (909- 798 -7586 ext. 2 • Juan Olvera- Project Manager for general contractor, H&H Construction- Cell: (951) 453 -7712 and Office: (909) 473 -7331. Caltrans Project# 08- 4567V4 (Electrical contract amount is $938,238) Project completed in 2005. - Description of project: Installation of lighting system along the I -15 Freeway in San Bernardino County. o Gary Vogel- Project Manager for prime contractor, Granite Construction. Cell: (661) 549 -3953 and Office: (661) 726 -4447 Sanbag Projects Segment 1,2,3, early segment 9, Segment 9, and Alder Ave. (Total electrical contract amount was $3.2 million) Projects completed in 2004. - Description of projects: Installation of traffic signals, ramp metering, sign illumination, highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in San Bernardino County. • Harold Lanais- Sanbag Contract Manager- Cell: (760) 802 -7730 and Office: (909) 875 -8029 ext. 213 • Tim Hanable- Caltrans Inspector- Cell: (951) 712 -0021 • Al Ortega- Project manager for prime contractor, Yeager Skanska- Cell: (714) 240 -5333 0 0 Brian Mendoza 11080 Kay Jay St. + Riverside, CA 92503 + 951 -712 -5767 + Brian@mbe- hlj.com City of Indio Project# ST0137 (Electrical contract amount was $1.4 million) Projects completed in 2005. - Description of project: Installation of street lighting system, traffic signals, electrical irrigation, and dry utilities. o Gary Baxter -Area manager for prime contractor, Yeager Skanska Construction- Cell: (909) 721.9749 and Office: (760) 343 -5472 o Tommy Young - Project Manager for prime contractor- Cell: (95 1) 232 -6618 and Office: (760) 343 -5472 o Mebran Sepehri -City Engineer- Cell: (760) 250 -2201 Additional Professional References: • Zale Harris- Caltrans inspector- Cell: (951) 289 -0047 • Ray Robles- Caltrans area supervisor- Cell: (909) 799 -0646 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 STREET CONTRACT NO. 3969 NON - COLLUSION AFFIDAVIT State of California ) ss. County of ±ivers i Brian Mendoza , being first duly sworn, deposes and says that he or she is Vice President /Secretary ppTM General Engineering Sv94he Wy making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put In a false or sham bid, and has not directly or indirectly colluded; conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid pdce of the bidder or any other bidder, or to fix any overhead, profit, or cost element'of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained In the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or tfie contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws qMe State of California that the foregoing is true and correct. PTM General Engineering Brian Mendoza BidderServices, Inc. rA thorizedSignaturerPtle Vice Pres dent Secretary IA Subscribed and sworn to (or affirmed) before me on this a —day of May 2008 by Brian Mendoza , personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. ELIZABETH H.M. MCRAE N C.MM k 1686768 Elizabeth H. M. McRae NOTARY PUBLIC-CALIFORNIA MY CONM Rs EAP AuG.N1 Notary Public [SEAL] My Commission Expires: 08/07/10 11 Stat6 of California County of Riverside On e5e/a'5� ACKNOWLEDGMENT before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his /her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m d and fficial seal. _,A L•�i7113E'i H.M. h1CRAE f,°x�':�+`_,' _Cun;tL7f 1636768 10TW rr9 -11 0""'A uJ F� Signature (Seal) 0 - • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 KU STREET CONTRACT NO. 3969 DESIGNATION OF SURETIES Bidders name PTM General Engineering Services, Inc. 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): Commercial Insurance: McRae & Associates 1.290 N. Hancock Ave. #210 Tel: 714.779.6999 Patrick McRae Snrahv• The SOnd Exchange 24800 Chrisanta Drive. #160 ission Viejo, Tel: 949.461.6000 Yung Mullick 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 2Vu STREET CONTRACT NO. 3969 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY. PROPOSAL Bidders Name PTM General Engineering Services, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Yearof for for for for for Record 2007 2006 2005 2004 2003 Total 2008 No. of contracts 8 35 35 46 47 58 276 Total dollar Amount of 2.5m 6.Orn 5.5m 18.4m 19.7m 19.4m 71.5m Contracts (in Thousands of $ No. of fatalities none none none none none none none No. of lost Workday Cases none none none none none none none No. of lost workday cases involving none none none none. none none none permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Business Address: Business Tel. No.: State Contractor's License No. and Classification: . • PTM General Engineering Services, Inc. 5942 Acorn St. Riverside, CA 92504 aGl 71Q 1000 891265 Class A; C10; C31 Title Brian Mendoza vice President /Secretary The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations % of those records., and Elizabeth H.Mendoza de McRae Signature of Xcyf ) President/CFO bidder ���Y`�� Date 13/08 Title Signature of bidder Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is .a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 State of California County of Riverside On S /Lv6tS ACKNOWLEDGMENT beforeme, Elizabeth H.M. McRae, Notary Public (Insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she /they executed the same In his /her/their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my h and fficlal seal. EtIZhaETH ki M . t;CRAE ifffOR q o kOL1dv F[apGf,�[L0 N � u9- d-, ` RNiA i Signature (Seal) ACKNOWLEDGMENT State of California County of Riverside ) On 6.15 e451-1 before me, Brian Mendoza, Notary Public (insert name and title of the officer) personally appeared rsonall a Elizabeth H. Mendoza de McRae , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /shetthey executed the same in his /her/their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my IT d and official seal. Signa re BRIAN H. MENDOZA Comm.# 1686770 r� N NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY (Seal) *MY CORM. EXP. AUG. 7, 201D CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 RD STREET CONTRACT NO. 3969 ACKNOWLEDGEMENT OF ADDENDA Bidders name TVAI �jviv, sy:,�,, .nzq The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 K11 STREET CONTRACT NO. 3969 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 Corporation: PTM General Engineering Services, Inc. Business Address: 5942 Acorn St. Riverside, CA 92504 Telephone and Fax Number: Tel • 951,710,1000 Fax • 951.710.1006 891265 Class A; C10; C31 California State Contractor's License No. and Class: (REQUIRED AT TIME OF AWARD) Original Date Issued: 02/2007 Expiration Date: 02/2009 List the name and title /position of the person(s) who inspected for your firm the site of the work. proposed in these contract documents: Brian Mendoza, Vice President /Secretary The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal Interest in this proposal: Name Title Address Telephone Brian Mendoza, Vice President /Secretary 951.722.5755 11080 Kay Jay St. Riverside, CA 92504 Elizabeth H. Mendoza de McRae, President /CFO 951.722.5678 595 So. Los Coyotes Dr. Anaheim Hills, CA 92807 Corporation organized under the laws of the State of California 16 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: Freeway Electric - Brian Mendoza, Sole Owner CSL NO. 684572 Jade Electric - Elizabeth McRae, Sole Owner CSL No. 684573 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' claims and defenses; None Have you ever had a contract terminated by the owner /agency? If so, explain. None HNVO 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 la mpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / Are any claims or actions unresolved or outstanding? Yes 60 17 0 0 If yes to any of the above; explain. (Attach additional sheets, if necessary) Not Applicable Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. PTM General Engineering Bidder Services, Inc. Elizabeth H. Mendoza de McRae (Print of Col President /CFO Tide Date or President /CFO Subscribed and sworn to (or affirmed) before me on this ay of May , 2008 by Elizabeth H. Mendoza de McRae personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. BRIAN H. MENDOZA Comm.# 1686770 NOTARY PUBLIC - CALIFORNIA N RIYERr10E COUNTY MY Cm. Ev. Aua. T, 2010 [SEAL] 18 Brian Mendoza Notary Pubiic My Commission Expires.. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23Nu STREET CONTRACT NO. 3969 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 Ratina 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 r] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT L IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 K11 STREET CONTRACT NO. 3969 CONTRACT THIS AGREEMENT, entered into thid_�_ day 6L2, 2008, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and PTM General Engineering Services, Inc., a California corporation, hereinafter "Contractor,' is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET The work necessary for the completion of this contract consists of furnishing all labor, materials, tools, equipment, appurtenances and incidentals for construction of pedestrian ramps, traffic striping and markings, roadside signs, in- pavement warning lighted crosswalk system and appurtenant work, all as detailed on the plans and specifications. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3969, 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 Eighty-Two Thousand, Seven Hundred Eighty and 001100 Dollars ($82,780.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Antony Brine, P.E. (949) 644 -3329 PTM General Engineering Services, Inc. 5942 Acorn Street Riverside, CA 92504 951 - 710 -1000 951 - 710 -1006 Fax 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 0 0 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0002 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0002 0287 covering Automobile Liability, code 1 "any auto' and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this 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 • • 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. 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. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. dEwpo m ATTEST: G�lFORNr nqoj CITY CLERK APPROVED AS TO FORM: 0— ON C. HARP I Assistant City Attorney PTM GENERAL ENGINEERING SVCS., INC. By: �2 (Corporate Officer) Title: Vice President /Secretary Print me: /J ian Mendoza B : 6''KY`1 (Financial Officer) Title: President /CFO Print Name: Elizabeth H. Mendoza de McRae PLEASE NOTE - CORPORATIONS MUST COMPLETE AND SIGN FOR TWO OFFICERS OF THE CORPORATION - EVEN IF ONE PERSON HOLDS BOTH TITLES ABOVE 25 BOND NO.: 349013P BOND PREMIUM IS INCLUDED IN PERFORMANCE BOND ' BOND EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23 STREET CONTRACT NO. 3969 BOND NO. 349013P LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to PTM General Engineering Services, Inc., a California Corporation, hereinafter designated as the "Principal," a contract for construction of IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET, Contract No. 3969 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. 3969 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE. We the undersigned Principal, and, DEVELOPERS SURETY AND INDEMNITY COMPANY duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Eighty-Two Thousand, Seven Hundred Eighty and 001100 Dollars ($82,780.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that If the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. `;, The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an Individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 11 day of JUNE , 20118. PTM GENERAL ENGINEERING SERVICES, INC. PTM General Engineering Svcs, Inc. (Principal) DEVELOPERS SURETY AND INDEMNITY COMPANY Name of Surety CIO THE BOND EXCHANGE AND INSURANCE AGENCY 24800 CHRISANTA DR., STE. 160 MISSION VIEJO, CA 92691 Address of Surety 949161-7000 Telephone Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 E State of California County of Riverside On 6113/01 0 ACKNOWLEDGMENT before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS hand and Iciai seal. _ ELIZABETH H.M. MCRAE r^ Comm.# 1686768 R NMRV PUBLIC-CALIFORNIA RNERsa COUxrr Ah Comm. Exp. A77, 7010 Signatur (Seal) 0 ACKNOWLEDGMENT State of California County of ORANGE ) On June 11, 2008 0 before me, JENNIFER C. GIBONEY, NOTARY PUBLIC (insert name and title of the officer) personally appeared YUNG T. MULLICK who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same In his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 'M. JENNIFER C. OIBONEY ' WITNESS my hand and offi ' I seal. N y COMM. # 1787084 ;0 s NOTARYPUELIC.WFORNIA ;7� ORANGE COUNTY MY Comm, B*N MAY 2 2612 Signature (Seal) BOND NO.: 349013P . • BOND PREMIUM IS SUBJECT TO CHANGE BASED ON FINAL CONTRACT PRICE BOND PREMIUM IS $2,970.00 BOND EXECUTED IN FOUR COUNTERPARTS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23mu STREE T CONTRACT NO. 3969 BOND NO. 349013P FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ TWO THOUSAND SEVENTY AND 01100 ($2,070.00) being at the rate of $ 2.9009% thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to PTM General Engineering Services, Inc., a California corporation, hereinafter designated as the "Principal', a contract for construction of IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET, Contract No. 3969 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. 3969 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and DEVELOPERS SURETY AND INDEMNITY COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Eighty -Two Thousand, Seven Hundred Eighty and 00/100 Dollars ($82,780.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then. Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. K-.1 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, Including reasonable attorneys fees. incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11 day of JUNE MOR_ PTM GENERAL ENGINEERING SERVICES, INC. PTM General Engineering Svcs., Inc. (Principal) DEVELOPERS SURETY AND INDEMNITY COMPANY Name of Surety CIO THE BOND EXCHANGE AND INSURANCE AGENCY 24800 CHRISANTA DR., STE. 160 MISSION VIEJO. CA 92691 Address of Surety 949-61.7000 Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 0 State of California County of Riverside On k1l 10"t 0 ACKNOWLEDGMENT before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS Signature (Seal) ELIZABETH H.M. MCRAEE Comm. # 1688768 N 1A NOTARY YorI Mr Comm. Exp. An. 2, 2010 � 0 State of California County of ORANGE On June 11, 2008 0 ACKNOWLEDGMENT before me, JENNIFER C. GIBONEY, NOTARY PUBLIC (insert name and title of the officer) personally appeared YUNG T. MULLICK who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ° I ENNIFER 0. GIdONEY WITNESS my hand and offic' I seal. N % J =. # 7787064 X • NOTARY PUBLUAUFORNIA A " & ORANGE COUNTY N My Comm, BOret NAY 2 M Signature (Seal) POM OFATTORNEY FOR IIEYEI,OPERB IORETYAND IIDERNRY COMPANY . INDBINRY COMPANY OF CALMORN A PO Bwt 1tT2b, ffMNE, CAWa (S1W2t"W KNOWALLMB7 BY THESE PREMS, bMYls'bzaptat axprbsy bft MVMOPERS SURETYAND INDEORTY,COMPANY and IMXMIRTY COMIPAW OF CALIFOMIA, db eam, PATOYmeke, maWk and eamint , ** *Yung T. Muilick, lames W. Moilanen; Jennifer Giboney, Frances Lefler, jointly or severally * ** as M*kw and hwWAI nay(s}mfad, barks, uawte, deAwa d S*od dpa, brad= WWd( ad wrpwatm, as swela¢, bads, urd&Wdnp and cw*mbdurW sttp 9knA and{pal•fp utosdallt�q (s}WFactfygPoraendadagyb do and m permrm wreryaGr�ceaeay requpite apmper bbe done in mamctlan 6ararrYh uaai d Said mpwdaa Wald da, hrda9ervkrg bwM Of"M aapaadmsbl pwar daubdWWn&W ramcadm, and 810% ads ofSWAtwraylsWack puramtm Jim p e, ablw WrAU; dOm ndd. TNa Pa VOIAttd WIt pWW and kadrad byS mhb w*aand byaata dla 10bft mW615 a WWW byte ra4WM Board dMe*m d DEYELOPERSSURETY AND INOE4l 1Y CtMPW and INOW(TY COWNY OF CAUFORW,tbdteas ofim y1st 2005. E RESOLVED, taltadwkmmo(#w8md.tmPrasidatand ac&VaPmdmtdihecapoaum b% mdikd mob of#= hereby is, wkiiwd bamakPwsa or Atmey, pafykq Ia asmay@}dmed In be PWamdAtaraybaveak, on behWof a cwpwalom Lards, wd&UVn a and conoada d meWip: and Lahr Smad yor am'+asewmy dlhempaalwabe, ad eaOrdlam here0yk, adhabed b etad rie exwatm d aywdi PowddAtmmy: ftMVMFLRTH ItatAesgna mdauchdtcasnay0eegadmeryautli PacerdAtlwneyamay oalMra§a relatlnp Sream by fawbMe, sad cry audi P%wdAlbmaya oeditcaabWbp wxh bcsYriaaptaaoes ehatbe vatdand 6W6p upm Ia mpwalane+dwrsoaMaed and k the hdae alll reapedm a9' Gard, undaMkrg wmtaddaveQrsMp brAYdr tk apadad, IIWRaESS WrMOF,OEYEUOPERS RMMANDINDEMWrYCOMPANY and tdDEMNTY COMSPAHY OF CALIFOIWwbaiesereray Ceased there presenk b bopgied by PrrirraapadMa Nca Prasidedandatatkdby takteepaLvbAadasdseaelaybk January fe62006. 13 .1w. StwAdCdbmia C AVof0" On Jmwnis.w bdmme, -- - ChdemdiwJ Roach Not"Pum Dde HerekatNmaandTNodMeomm Peaandy Waved %WWT Pak KW OOML Dal Nm elal Of STpr W$) PhDs Hday Sea Abare pdso W,wIaachyupmbahatd acted, amaam IN kahrrmt. 1 cw* under PSWTY OF PERJURY undwtalaasdta Stet of Wb rda ft aabrepdrp pmpaph Is kue and mnea YATNESS my hard and pf�i J. Rosh CERTIFICATE The wdaAgire0, WASSbW Sewaay, 0DEVELOPERS SURETY AND WDSRWY COMPANY wd INDEMNITYCOMt'ANY OF CAUFOMdm heady mw bdlatoapdg SCOW dAlm WV072615 In Mdbrm and MesnotbwM010e0, and fiatarmae. maths pevmmddaremk&as of ft mood" Bmdad Dkedomd30 aarpadma adb bb In 50 Paww dAWW, am in (on agdthe dab dIdsC dco This�Catjped_a_k esMM m %be pyd /k*&Commk/to Ii dajd JUNE 20pS • 0 ACORD,N CERTIFICATE OF LIABILITY INSURANCE I °06112/200 YY) 06!12/2008 MCRAE ASSOCIATES PATRICK MCRAE INSURANCE 1290 N. HANCOCK ST SUITE 210 ANAHEIM HILLS, CA 92807 iNSUItED FREEWAY ELECTRIC / PTM GENERAL ENGINEERING SERVICES, INC P.O. BOX 7745 5942 ACORN ST. rnVFRAnFA THIS CERTIFICATE IS ISSU ONLY AND CONFERS NO lgZi]�ilIll�H�311tl[N1i� INSURERS AFFORDING COVERAGE NAIC# INSURERA LANDMARK AMERICAN INSURANCE 33138 INSURERS CENTURY - NATIONAL INSURANCE 26905 INSURERC NATIONAL UNION FIRE INSURANCE 19445 MSURERD TOPA INSURANCE COMPANY_ 18031 VJSURERE ' EACHOCCURRENOE $ 1,000,000 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PUBLIC WORKS DEPT .agL�id�iCLeYFXXi#X�aX6?CLiilY INSR Dl)'y POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER LIMITS * MMM�mXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX) GENERAL LIABILITY ' EACHOCCURRENOE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY LHA- 133090 05/11/2008 05/11/2009 DAMAGE PREMISES tEN�en,,e) $ 50,000 r I CLAIMS MADE X OCCUR . MEDEXI! AnYII- pR ROn) $ 5,000 X{ X_CI.I - PERGONALBADV INJURY 1,000,000 X OCP _ $ 5,000 DEDUCTIBLE / ,E GENERAL AGGREGATE E 2,000,000 GEML AGGREGATE LIMIT APPLIES PER OCCURRENCE PR ODUCTS,COMPIOPAGG .$ 2000-000 - POLICY X PRO' Loc AUTOMOBILELIABILITY COMBINED SINGLE LIMIT 1,000,000 B X ANYAUTO . BAP166069 02109/2008 02/0912009 (Ea.- -dent) $ _ ALL OWNED AUTOS BODILY INJURY $ _X SCHEDULEDAUTOS (Perpemon) X HIRED AUTOS BODILY INJURY X NON,OWNED AUTOS IPeraGCMenH $ $1,000 DEDUCTIBLE X MEDICAL PAYMENTS PROPERTY GE 5 X UNINSURED (Per (Per aW ert) GARAGE LIABILITY AUTO ONLY, EA ACCIDENT $ aANY AUTO 1 OTHER THAN EA ACC $ AUTOONLY AGO EXCESSlUMBRELLA LIABILITY EACH OCCURRENCE : $ 10,000,000 C X :OCCUR CIAIMSMADE BE- 0829621 -01 05/11/2006 05/1112009 AGGREGATE .$ 10,000,000 PRODUGTS> COMP IOPS ,$ 10,000,000 _ :DEDUCTIBLE . g X' RETENTION S 10,000 $ WORKERS COMPENSATION AND I WC STATU, ,OTH, TORYLI_MIT$, . ER EMPLOYERS' LIABILITY ANY PROPRIETOWPARTNEWEXECUTIVE ELEACH ACCIDENT 5 OFFICERIMEMBER EXCLUDED' E L. DISEASE I EA EMPLOYEE' S Vd. ib. under ' SPECIAL PROVISIONS Deb. EL DISEASE POLICY LIMIT ' $ OTHER D PROPERTY : PC1675601 0711312007 07/13/2008 . $ 1110,000 TOTAL INSURED VALUES $ 1,000 DIED PER OCCURRENCE DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES) EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS THE CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS "SERVANTS" ARE INCLUDED AS ADDITIONAL INSURED PER ENCLOSED ADDITIONAL INSURED W/ PRIMARY WORDING, FORM RSG 15017 1207(1185); WAIVER OF SUBRO. FORM, RSG 14048 0903; PER PROJECT AGG. FORM, CG 25 03 11 85, DESCRIPTION: CITY CONTRACT NO. 3969 IN- PAVEMENT LIGHT CROSSWALK ON NEWPORT BLVD. AT 23RD STREET. (PTM -814) CERTIFICATE HOLDER CANCPI I ATInN ACORD 25120011081 ' ACORD CORPORATION 1933 SHOULD ANY OF T HE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION MS. SHAUNA LYN OLYEER DATE THEREOF, THE ISSUING INSURER WILL�B�AWUyMMyAVIILYY PUBLIC WORKS SPECIALIST YY3y()y*y yDAYS VVWRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFTIBDTYNbURE 6XX5FT911AT.T PUBLIC WORKS DEPT .agL�id�iCLeYFXXi#X�aX6?CLiilY CITY OF NEWPORT BEACH * MMM�mXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX) 3300 NEWPORT BLVD. AUTHORIZED REPRESENTATIVE G, NEWPORT BEACH, CA 92663 PATRICK MCRAE ACORD 25120011081 ' ACORD CORPORATION 1933 0 0 LANDMARK AMERICAN INSURANCE COMPANY This Endorsement Changes The Policy. Please Read It Carefully. ADDITONAL INSURED BLANKET - PRIMARY AND YOUR WORK This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name or Person or Organization: THE CITY, ITS OFFICERS, OFFICIALS. EMPLOYEES AND VOLUNTEERS "SERVANTS" A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the SCHEDULE, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operating; and /or "your work" defined for the additional insured(s) designated above included in the "products- completed operations hazard ". B. If you are required by written contract to provide primary insurance, this policy shall be primary and SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance does not apply, but only with respects to coverage provided by this policy. This endorsement effective 05/1112008 forms part of Policy Number LHA- 133090 issued to FREEWAY ELECTRIC / PTM GENERAL ENGINEERING SERVICES, INC. by LANDMARK AMERICAN INSURANCE COMPANY Endorsement No.: RSG 15017 1207 Includes copyrighted material of Insurance Services Office, Inc 1984 (1185) with its permission This Endorsement Changes The Policy. Please Read It Carefully. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE FORM PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Name or Person or Organization: THE C/TY, ITS OFFICERS, OFFICIALS. EMPLOYEES AND VOLUNTEERS "SERVANTS" The following is added to SECTION IV — CONDITIONS, 8. TRANSFER OF RIGHTS OF REVOVERY AGAINST OTHER TO US: We waive any right of recovery we may have against the person or organization shown in the SCHEDULE above because of payment we make for injury or damage arising out of "your product' or "your work" done under a written contract with that person or organization and included in the "product- complete operation hazard ". This waiver applies only to the person or organization shown in the SCHEDULE above. This endorsement effective 0511112008 forms part of Policy Number LHA- 133090 issued to FREEWAY ELECTRIC I PTM GENERAL ENGINEERING SERVICES, INC. by LANDMARK AMERICAN INSURANCE COMPANY Endorsement No.: RSG 14048 0903 Includes copyrighted material of Insurance Services Office, Inc 1984 with its permission 0 0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. The General Aggregate Limit under LIMITS OF INSURANCE (SECTION 111) applies separately to each of your projects away from premises owned by or rented to you. CG 25 0311 85 Copyright, Insurance Services Office. Inc., 1984 Page 1 of 1 ❑ 06- 2D-Z006 11 :slam From- • ' ?&w% CENTURY NA -nONAL INSURANCE COMPANY BUSIMSS AUTO POLICY - 0 17-10T P 001/001 F•T99 POLICY NO.: BAP0166069 Ptut� 2 axaTmc uo.: la6�aa "8A30D- Palmy etiwrtr Man 12:01 as as n210911048 To 02/0912009 =*Fz T W.: 29 b=01 tPP3CltYF DA28 a 00/20/2009 MM 13;26 ?u INSURED; BROM -, MEW&BY ELECTRIC WHITCOMB SU"LDS LXNFS BRRS PTM GENERAL ENGINEERING PO BOX 7745 CATALINA RIVEROIDE CA 92504 1RSDONDO BEACH AVE CA 90277 -6710 CU513 (5 /99)CA IT IS AGUMD I= INSM?,I= AFFORDED BY TEE ABOVE POLICY SBALL APPLY TO Tim PARTY (a) EMMM BELOW, as TB$IR INTMMaT MAY APPEAR BUT SM&UL 1POT OPBRA.TB TO IK09XSZ TEE LETS OF TIM COMPANY 'S LIABILITr. My ADAITIONAL INSURED LANGUAGE; ON A OERTIFICATF, op MsVRANCE IS vom. The additional insuxed gamed below is only an insured for liabIlity Which is the reauit Of an act cr omission of the "RAM IftaREO" of the policy and shall have no coverage under this eaaorsemaut or the policy for its own acts or omissions, those of its agents or employees, oz those of any other person or entity for which it is vicariously liable, save for acts of om4ssioas of the 12vow INSURBIP, of the policy. Further, any insurance J+rovided by this endoraemomt stall be excess insurance to all othez + s,++-s*+cE available to any person or entity who becomes an insured by reason of Chia endorsement whether the other insuraaca be primary or excess and whether or gat the other insurance be collectible. In the event the otbes iusuzex has a duty to defend avy percoa ar entity added to our policy by reason of this endorsement, we will have na duty to defend that person ox entity however, we may elect to do so, and, it we do, wa pill be entitled to the rights of any per6en or entity we do de£easd agaiact the otbeX insurer. , By. AADITIORAL INSURED TEE CITY OH NEWPORT BEACB IT'S OFFICSRs. OFFICIALS AND Empr oms. M5. S)i13DNA =9 OLYER, PUBLIC WaRTM2 SPECIALIST, LIVELIC WORXS DIPARTMPHT 3300 NEWPOP.T BLVD NBWY+OR.T BRAG$ CA 92663 Data Printed : 06 /20 /yoos G"RXELA Nmzmz 669 -1 Z00 /Z00 d l01-1 OIBYZ6IOIE+ W24!a-1ro81 "V99:61 60- OZ -NNr 0 0 June 11. 2008 PTM GENERAL ENGINEERING SERVICS 5942 ACORN ST RIVERSIDE, CA 92504 -1040 Re: Barrett Business Services, Inc. ( "BBSI ") Letter of Self- Insurance for Workers' Compensation Coverage As the named addressee of this Letter, your company's required workers' compensation coverage is provided through BBSI's state approved Self- Insured Workers' Compensation Plan by way of your co- employment contract with BBSI. BBSI's California customers can also verify BBSI's state certification at htto: /hvww.dir.ca.gov. /SIP /sip.html; next, click on "Rosters "; then click on Private self insured employers; then scroll down to Barrett (the list is alpha by company name). Additional information is as follows: Self Insurance Certification Number: California: 22 46 Oregon: 1068 Washington: 706,116 Delaware: 152 Maryland: 11365 Other Comments (place an "X" if applicable): Waiver of Subrogation: BBSI and PTM GENERAL ENGINEERING SERVICS agree to waive their right of subrogation for the benefit of: City of Newport Beach its officers officials employees and volunteers at City contract #3969 In- pavement lighted crosswalk on Newport Bivd Ca) 23rd St (PTM -814) X� Named "Letter Holder MS. Shauna Lyn Oyleer Public Works Specialist Public Works Dept. City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 IX Other: Coverage Effective Dates: 11/19107 through 11118/08; Barrett Business Services will notify City of Newport Beach 30 days in advance of a cancellation of coverage for PTM General Engineering Services, Inc. RE:Contract #3969 Newport Blvd @ 23rd St (PTM814) Additionally, BBSI's self- insured program is further supported by an excess workers' compensation insurance policy with American International Group (AIG), see accompanying certificate of insurance. For additional information, please contact your local BBSI office at: (909) 890 -3633 . Very truly yours, Michael D. Mulholland Vice President- Finance BBSI Office: SAN BERNARDINO doc: LOST -2 8100 NE Parkway Drive, Snite200 Vancouver, Washington 98662 360.828.0700 800.494.5669 Fax 360.828.0701 - www.ban-ettbusiness.com — - - — PARTNERS IN PROFITABILITY 0 CERTIFICATE OF INSURANCE E Issue Dale: Jumnury 1. 2008 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Ran Graybeal NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT Beedter CadsortNBL&K AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW COMPANIES AFFORDING COVERAGE 220 NW 2nd Avenge. Suite 800 Podtand. OR 97209 -3951 GUMPANY LETTER A Nalional Union Fire Insurance Company of Pittsburg, PA (an AIG Company) INSURED Sanelt Business Services, Inc 8100 NE Parkway, Suite 200 Vancouver. WA 98662 COMPANY LETTER e COMPANY LETTER C COMPANY LETTER D COMPANY LETTER E COVERAGES THUS IS TO CERTIFY THAT -HE POLICIES OF INSURANCE LISTED BELOW HAYS BEEN ISSUEDTO THE INSUREONNMSOABOVE FOR THEPOUCY PERIODNOKATEO. NOTNTMYANDINGANY PEOUREMENT. TERM CR OONDRION OF AM'C(RtTHALYOROTHER GOCVMENT WRH FF3PECT tO WHICN THISCER/1FICATE MAYBE ISSUED OR MAYPERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED KEREN 15 SUWECT TO ALL THETERMS. EXCLUSIONS, AND WNDRION OFSUCH POLICIES UAMTSSHOWNMAYHWY ENT DVCEDBYPMDCWMG CO POLICY EFFECTIVE EXPIRATION LTR TYPE OF INSURANCE NUMBER DATE DATE ENERAL LIABILITY GENERAL AGGREGATE SXXX.XXX 8XX%,XXX I COMMERCIAL GENERAL LIABILITY Policy Effective Expiration PRODUCTB-COMPIOPS AGGREGATE CLAIMS MADE =OCCUR Number Dale Dow PERSONAL B ADVERTISING INJURY OWNER'S &CONTRACTORS PROT EACH OCCURRENCE = SXXX,XXX XXX FIRE DAMAGE (Airy one fie) VxK.XXX MEDICAL EXPENSE(AnYOUe pen-n) AUTOMOBILE LIABILITY SXXX.AM _ ANYAUTO COMBINED SINGLE LIMIT ALLOWNEDAUTOS BODILY INJURY(Perper"II) SXXX O(X ,%XX SCHEDULE AUTOS BODILY INJURY (Per saldem} SXXX.XXX HIREDAUTOS PROPERTY DAMAGE SXXX.XXX NON- OMEDAUTOS COLLISION DEDUCTIBLE SXXX.XXX GARAGE LIABILITY COMPREHENSIVE DEDUCTIBLE EXCESS LABILITY = UMBRELLA FORM AGGREGATE XXX,XXX = OTHER THAN UMBRELLA FORM MRKERS'COMPENSATION 516.000000 LIMIT A AND S1,001000 EACH ACCIOEN'N EMPLOYERS LIABILITY 4698018 1112008 1/1/2009 Sl ,9WE00 OISEASE-0OLICY LI 100000O (DISEASE -EACH ER9PLOVEEI OTHER Covered states - CA. DE. OR, WA DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/ RESTRICTIONSfSPECIAL ITEMS Limits shown are above a S5,000.000 Self- insured retemlon. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OL MS ABOVE UESCRI3.D POLIO BE CANCELED BEFORE ME EXPIRATION OAIE 'rhia acnon inmmanwlly lcll hlank THEREOF, THE ISSUING COMPANY w1LL MAIL Ja MYS WRITTEN NOTICE TO THE HOLOERNAMEEOMRIELEFT BUT FAILURETOMAMSUCHNOIICESHALLWPOSENOOSLIGATION OR LLABRITYCb'ANY KIND UPON THE COLIPAHY ITS AGENTS, OR REPRESENTATIVES .Walomed xaY ela:Ne R Gtaybeai, C?CLI, i381 /��� L Fax #: 0 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 6/20/08 Dept. /Contact Received From: Shauna Date Completed: 6/23/08 Sent to: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: Freeway Electric/ PTM General Engineering 1. GENERAL LIABILITY A. INSURANCE COMPANY: Landmark American Insurance B. AM BEST RATING (A: VII or greater): AXII C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M Each Occ /$2M Agg E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ 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? ® Yes ❑ 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. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Century - National Insurance B. AM BEST RATING (A: VII or greater) A -IX C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What is limits provided? $1,000,000 E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No 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. ill. WORKERS' COMPENSATION A. INSURANCE COMPANY: Self Insured B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ® No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Auto: additional insured wording does not include "volunteers WC: Self Insured Quest - Business License Applidon • Page 1 of 1 - - - Friday, June 13, 2008 Welcome Elizabeth logout I edit profile Business License Application - eReceipt 6/13/2008 Congratulations Elizabeth! Your Business License Application has been submitted and your payment has been received. Your application will now be reviewed by a staff member and then approved accordingly. Please wait 10 business days to receive your Business License Certificate via PostaTService. You may login to Quest at any time to view the status of your request. Receipt No: 135128231 Business License #: BT30023961 Total Amount: $218.00 Please help us improve our services: Take a 30 second Survey view reQuests Please print this receipt for your records. Print Receipt . City of Newport Beach - 3300 Newport Blvd - Newport Beach - California - 92663 https: / /www5.city.newport- beach. ca. us / quest _toolbus_licenselreceipt.aspx ?receipt = 13512... 6/13/2008 California Business Search • • Page 1 of 1 DISCLAIMER: The information displayed here is current as of MAY 30, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation P.T.M. GENERAL ENGINEERING SERVICES, INC. Number: C2955623 C�lli�f�arzZlia ; �Rs� %ne�ss P�>z,t�� kecrctarN ul'NUtc DEBIL BOWEN Address DISCLAIMER: The information displayed here is current as of MAY 30, 2008 and is updated weekly. It is not a complete or certified record of the Corporation. Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to Califomia Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. NFeDS P' G &�� N N E L1 CA http: / /kepler. ss. ca.gov /corpdata /S howAi I Li st ?QueryCorpNu m ber= C2955623 &pri... 06/02/2008 Corporation P.T.M. GENERAL ENGINEERING SERVICES, INC. Number: C2955623 Date Filed: 10/6/2006 Status: active Jurisdiction: California Address 5942 ACORN ST RIVERSIDE, CA 92504 Agent for Service of Process ELIZABETH MCRAE 5942 ACORN ST 11RIVERSIDE, CA 92504 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to Califomia Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. NFeDS P' G &�� N N E L1 CA http: / /kepler. ss. ca.gov /corpdata /S howAi I Li st ?QueryCorpNu m ber= C2955623 &pri... 06/02/2008 Check A License: Contracto icense Detail • Page 1 of 2 Skip to: CSLB Home I Content I Footer I Accessibility ItiearcF Department of Consumer Affairs mw t 04v G4 Contractors State Lisoard t1 tilltl�Il.flHi�l;lt }ItWlfl fi¢ UP14111.11111 lH:l-Itl MAifI�I111E J1t «t���lia��r�l ®���I ill/ CSLB Newsroom Board and Committee DISCLAIMER: A license status check provides information taken from thi Meetings CSLB license database. Before relying on this information, you should be awa Disaster Information the following limitations. Center This license filed Contractor's Bond number 100012724 in the amp of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 0110112007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) ELIZABETH HERNANDEZ MC RAE certified that helshe owns 10 percent http: / /www2, cslb. ca.gov /General -I nformation/i nteractive- tools /check -a -I icense/Li,.. 06/02/2008 • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to pt CSLB Library complaint disclosure, a link for complaint disclosure will appear below. Click on the link o Frequently Asked to obtain complaint and/or legal action information. Questions • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are dis. Online Services • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitr • Check A License or HIS • Due to workload, there may be relevant information that has not yet been entered onto It Registration Board's license database. • Filing a Construction Complaint • Processing Times License Number. 891265 Extract Date: 06/0212! • Check Application Status Business P T M GENERAL ENGINEERING SERVICES INC • Search for a Surety Bond Information: P O BOX 7745 Insurance Company RIVERSIDE, CA 92513 • Search for a Workers' Business Phone Number: (951) 710 -1000 Compensation Company Entity: Corporation ............. ...... .......... ..... How to Participate .. . Issue Date: 02/20/2007 Expire Date: 02/26/2009 License Status: This license is current and active. All information below should b, reviewed. Classifications: CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR C10 ELECTRICAL C31 CONSTRUCTION ZONE TRAFFIC CONTROL Bonding: CONTRACTOR'S BOND This license filed Contractor's Bond number 100012724 in the amp of $12,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 0110112007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) ELIZABETH HERNANDEZ MC RAE certified that helshe owns 10 percent http: / /www2, cslb. ca.gov /General -I nformation/i nteractive- tools /check -a -I icense/Li,.. 06/02/2008 Check A License: Contractu *icense Detail Workers' Compensation: • Page 2 of 2 more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 0 212 0/2 00 7 2. The Responsible Managing Officer IRMO) BRIAN HERNANC MENDOZA certified that helshe owns 10 percent or more of t voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/20/2007 An employee service group holds the workers compensation insura Policy Number: 2246 Effective Date: 11/19/2007 Expire Date: None Workers' Compensation History :......... ..._.......... ... ........... . Personnel listed on this license (current or disassociated) are listed on other licenses. Consumers i Contractors I Applicants I Journeymen I Public Works i Building Officials I General Info CSLB Home I Conditions of Use i Privacy i Contact CSLB Copyright © 2007 State of California http:llwww2. cslb.ca.gov /Genera I -I nformationlinte ractive- toolslcheck -a- license /Li... 06/02/2008 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET CONTRACT NO. 3969 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. 3969 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ *ffft, - "VVAnd Dollars and Cents $ 3000— Per Lump Sum 2. Lump Sum Traffic Control @ �WU JVhO IM Dollars and Cents $ ZD00 Per Lump Sum 3. Lump Sum Removal and Disposal hu ritimd @-tbW%G%4nd Or Dollars and Cents $ 3� W Per Lump Sum 0 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum In- Pavement Lighted Crosswalk System {l,RY nit*k4 mgalnd onohulnslw @ flftt MATS. Dollars and Per Lump Sum 5. Each Construct PCC Curb Ramps @ IWr %VUGaM Dollars and Per Each 6. Lump Sum Traffic Signing and Striping @ WV4 "10VGaV d Dollars and Cents Per Lump Sum 7. Lump sum As Built Drawings @ t w D ViuI)dr4-A Dollars and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and Cents sIWO Date 957. p- /o. /ooa C Fl- /. Wj). 1,506 Bidder's Telephone and Fax Numbers 89/ a?( (/� 14ii ela: e 3/ Bidder's License No(s). and Classification(s) $ 4000 $ 6g40- !? ; ..j $ 4000— r $ 1000- $ Z DO' $ lg,780.p0 62,'759 Total Price (Figures) Bidd ✓rocv 01-c Bid er's Authorized Sign tur d Titl� rcc �i �.� . � • �y Bidder's Address 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 0 IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23RD STREET CONTRACT NO. 3969 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.6 Survey Monuments 1 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 2 4 -1 MATERIALS AND WORKMANSHIP 2 4 -1.3 Inspection Requirements 2 4 -1.3.4 Inspection and Testing 2 SECTION 5 UTILITIES 3 5 -1 LOCATION 3 5 -2 PROTECTION 3 5.8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 3 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 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 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 -15 CONTRACTOR LICENSES 7 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 9 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 9 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1.2 Concrete Specified by Class 10 201 -2 REINFORCEMENT FOR CONCRETE 10 201 -2.2.1 Reinforcing Steel 10 SECTION 214 PAVEMENT MARKERS 10 214 -4 NONREFLECTIVE PAVEMENT MARKERS 10 214 -5 REFLECTIVE PAVEMENT MARKERS 10 • 0 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 10 300 -1.3 Removal and Disposal of Materials 10 300 -1.3.1 General 11 300 -1.3.2 Requirements 11 300 -1.5 Solid Waste Diversion 11 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 11 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.5 Finishing 12 303 -5.5.1 General 12 303 -5.5.2 Curb 12 303 -5.5.4 Gutter 12 SECTION 310 PAINTING 12 310 -5 PAINTING VARIOUS SURFACES 12 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 12 310 -5.6.6 Preparation of Existing Surfaces 12 310 -5.6.7 Layout, Alignment and Spotting 12 310 -5.6.8 Application of Paint 12 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 13 312 -1 PLACEMENT 13 SECTION 86 SIGNALS, LIGHTING AND ELECTRICAL SYSTEMS 13 86 -1 GENERAL 13 86 -1.01 Description 14 86 -1.04 Equipment List and Drawings 14 86 -1.05 Warranties, Guarantees, and Instruction Sheets 15 86 -1.07 Scheduling of Work 15 86-2 MATERIALS AND INSTALLATION 16 86 -2.01 Excavating and Backfilling 16 86 -2.03 Foundations 16 86 -2.04 Standards, Steel Pedestals, and Posts 17 86 -2.05 Conduit (PVC) 17 0 0 86 -2.06 Pull Boxes 17 86 -2.08 Conductors 18 86 -2.09 Wiring 18 86 -2.10 Bonding and Grounding 18 86 -2.11 Service 18 86 -2.14 Testing 19 86 -3 CONTROLLER ASSEMBLY 19 86 -3.04 Controller Cabinets 19 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 20 86 -4.02 Light Emitting Diode Signal Module 20 86 -4.09 Flashing Beacons 20 86 -5 DETECTORS 20 86 -5.02 Pedestrian Push Button Assemblies 20 f.\users \pbw\shared\wntraets \fy 07 -08 \flashing crosswalk - npt blvd at 23rd c- 3969\tipecs index c- 3969.doc • SP 1 OF 20 CITY OF NEWPORT BEACH a No 21 " PUBLIC WORKS DEPARTMENT �.IZ s�.o SPECIAL PROVISIONS IN- PAVEMENT LIGHTED CROSSWALK ON NEWPORT BOULEVARD AT 23Rd STREET CONTRACT NO. 3969 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. T- 5991 -S); (3) the City's (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 Edition), including supplements; (5) Standard Specifications and the Standard Plans of the State of California, Department of Transportation (2006 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 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of furnishing all labor, materials, tools, equipment, appurtenances and incidentals for construction of pedestrian ramps, traffic striping and markings, roadside signs, in- pavement warning lighted crosswalk system and appurtenant work, all as detailed on the plans and specifications." 2 -9 SURVEYING 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall 9 • SP2OF20 protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. 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. Submittals are required for all construction material. 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 • • SP 3 OF 20 failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the 3rd paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 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 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewer /storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager, at (949) 718 -3402. 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." Due to summer impacts, no construction work at the project site shall begin until after September 1, 2008. 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 pre- construction meeting will be held in late July, at which time the "Notice to Proceed" will be issued. 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 Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the 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." L] 6 -7 TIME OF COMPLETION 0 SP4OF20 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall 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 18t (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24t" (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Monday is a holiday. If January 1St July 4 t November 11th December 24th December 25t or December 31st falls on a Saturday, the Friday before is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:00 p.m., Monday through Friday. The Contractor, 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, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 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 $ 500. Revise paragraph two, .sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $ 500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. 0 0 SP5OF20 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 -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." 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. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.city.newport - beach.ca. us /pubworks /links.htm." 7 -8.6.1 Best Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw - cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. 0 0 SP6OF20 The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back - charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 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 accordance 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. 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), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed Traffic Engineer. Traffic control and detour plans shall meet the following requirements: 0 0 SP 7 OF 20 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners." 5. The Contractor shall provide a minimum of one (1) travel lane in each direction on Newport Boulevard between the hours of 9:00 a.m. and 3:00 p.m. All lanes shall be open during all other times. 7 -10.4 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. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department 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. • 0 SP8OF20 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C -10 License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. Persuant to California Labor Code Section 3099, certification is required for all persons who perform work as electricians for contractors licensed as Class C -10 electrical contractors. Proof of certification for all individuals on the project shall be provided to the City prior to the award of contract. 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 reviewed by the Engineer at the time each progress bill is submitted. The "As- Built" plans shall be submitted and approved by 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, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and construction schedule, verification of ordering of all equipment for the project, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, delivering all required notifications and temporary parking permits, posting signs and all costs incurred notifying residents. In addition, this item includes preparing traffic control 0 • SP9OF20 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, Latest edition, and City of Newport Beach Requirements. Item No. 3 Removal and Disposal: Work under this item shall include sawcut, removal and disposal of existing PCC curb ramp, AC pavement, PCC sidewalk, street light and foundation, traffic signs, and all other work items as required for performing the work complete and in place. Item No. 4 In- pavement Warning Lighted Crosswalk System: Work under this item shall include, but not be limited to, the furnishing and installing of: 1) LaneLight In- pavement Lighted Crosswalk System MLK150.400 Series, or approved equal; 2) LaneLight In- pavement Lighted Crosswalk System Controller; Crosswalk Control Unit (CCU) including Programmable Logic Control (PLC); cabinet enclosure(s) as specified on plan (or approved equal); 3) Signal Standard Pole Type 16 -2 -129 and 17 -2 -129 with pedestrian push buttons, 12 -inch flashing beacons, high intensity flourescent yellow -green warning signs; 4) All pull boxes, conduits, conductors, and all other work items as required to complete the work in place. All work within this bid item shall be completed per the manufacturer and product specifications, MUTCD Standards, Caltrans Standards and City Standards as detailed on the plan and within these Special Provisions. Item No. 5 Construct P.C.C. Curb Access Ramp with Detectable Warning Surface: Work under this item shall include constructing new P.C.C. access ramps with detectable warning surfaces per the City Standard Plan 181 -L -A Case "C, and Standard 181 -L -A Case "B ", City Standard 181 -L -C, and City Standard 181 -L -D, and all other work incidental concrete work as required to complete the work in place. Item No. 6 Traffic Signing and Striping: Work under this item shall include installing traffic striping, raised pavement markers, pavement markings, placing traffic signs and all other work items as required to complete the work in place, per these plans and specifications. Iten No. 7 As Build Drawings: The "As- Built" plans shall be submitted and approved by the Engineer prior to final payment or release of any bonds. 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 SP 10 OF 20 PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -1.6 Matching Concrete. Add to this section: "P.C.C. to be constructed must match the characteristics of existing P.C.C., including color and pattern." 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." SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http: / /www. city. newport- beach.ca.us /GSV /Frachised Haulers.htm." 0 SP 11 OF 20 300 -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. 300 -1.3.2 Requirements (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." Replace the words "1% 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 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, 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." L J 303 -5.5 Finishing 0 SP 12 OF 20 303 -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" or "W" for sewer or water lateral and a chiseled "V -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 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. 0 . • SP 13 OF 20 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 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." SECTION 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 General The Contractor shall furnish all tools, equipment, (except that furnished by the City) materials, supplies, and manufactured articles and shall perform all operations necessary to install a LaneLight In- pavement Lighted Crosswalk System (including, but not limited to; controllers, crosswalk control unit (CCU), programmable logic control (PLC), cabinet enclosure(s)) per manufacturer's installation requirements. Installation of flashing beacon and street lighting facilities, as shown and designated on the drawings, shall be per Caltrans requirements and per these Special Provisions. Reference Specifications and Standard Plans 0 0 SP 14 OF 20 (1) Standard Specifications (CSS) - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 2002, or latest edition. All references in this section to Standard Specifications shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans (CSP) - Except as modified herein, all references in this section to Standard Plans shall be understood to be referenced to the California Standard Plans, July 2002, or latest edition. (3) Codes. Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. The 1999 National Electrical Code, or latest edition, will be the approved code for electrical work. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. 86 -1.01 Description Furnishing and installing traffic signal appurtenances including, but not limited to, traffic signal poles, conduits, cabinets, service, conductors, pull boxes, flashing beacons and highway lighting systems shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated May 2006, and these Special Provisions. Furnishing and installing In- pavement Warning Lighted Crosswalk System shall conform to the provisions in Section 4L, "In- Roadway Lights" of the Manual on Uniform Traffic Control Devices (MUTCD) latest edition, and shall be LaneLight MLK 150.400 Series In- pavement Lighted Crosswalk package (and shall conform to all manufacturer's requirements), or City- approved equivalent, per the plans and these Special Provisions. A LaneLight System Representative in this area is Janna McKhann at 714 - 289 -8940. A LaneLight Representative will provide installation requirements and other product information. In- Pavement Lighted Crosswalk System and oscillating flashing beacons to be energized by the pedestrian push buttons, and shall operate simultaneously. Contractor shall furnish and install all equipment and appurtenances required to provide the intended operation. • • SP 15 OF 20 86 -1.04 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch shall be mounted on the cabinet door (24" x 36 "), and shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. Furnish one mylar reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram. 86 -1.05 Warranties, Guarantees, and Instructions Sheets The following paragraph shall be added to 86 -1.05: The Contractor shall guarantee the entire work constructed by him /her under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by the Contractor. The Contractor shall make, at their own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him/her that become evident within twelve months 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 twelve -month period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written work 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 the Contractor's surety shall be liable to the City for the cost. The Contractor shall furnish a maintenance manual for the In- pavement Warning Lighted Crosswalk System. The maintenance manual and operation manual may be combined into one manual. The maintenance manual shall include, but not be limited to: 1) Specifications 2) Design characteristics 3) General operation theory 4) Function of all controls 5) Troubleshooting procedures (diagnostic routine) 6) Block circuit diagram 7) Geographical layout of components 8) Schematic diagrams 9) List of replaceable component parts with stock numbers 86 -1.07 Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit and foundations prior to receipt of all electrical materials and equipment. • • SP 16 OF 20 Above -ground signal and lighting work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Aboveground signal and lighting work shall be scheduled such that the turn -on of the flashing beacons shall occur within 15 days of the pole installation. The City of Newport Beach Public Works Department or City representative shall be notified a minimum of five working days in advance of beginning of modifications to channelization, signing, and lighting systems. Existing street lighting shall remain in operation until new lighting is operational, to the extent feasible. All striping, pavement markings, and signing shall be in place prior to the start of operation of the In- pavement Warning Lighted Crosswalk System, and the flashing beacon turn -on and/or opening of street to public travel. Prior to installation of the In- pavement Warning Crosswalk System, location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 86 -2 MATERIALS AND INSTALLATION 86 -2.01 Excavating and Backfilling The following paragraph shall be added to 86 -2.01 At the discretion of the City Inspector, all excavated material shall be removed from the site and backfilled with compacted crushed aggregate or native base material and topped with temporary asphalt concrete on the same working day as removed (at a maximum 4 tot slope or a lip of 1/2 inch) until permanent pavement is applied. A temporary alternative to backfilling, with permission of the Engineer, shall be the placement of steel plates with temporary asphalt concrete ramping at the edges. Such plating shall not be allowed for more than five (5) working days, after which backfill shall be required. The second and third sentences of the third paragraph of 86 -2.01 shall be deleted and replaced with the following sentence: All backfill shall be compacted to 95% relative compaction 86 -2.03 Foundations Portland Cement Concrete (PCC) shall be Class 560 -C -3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the CSS. 0 • SP 17 OF 20 All conflicting foundations shall be removed and shall become the property of the Contractor. The foundation for the existing street light pole on the southeast corner of the intersection shall be removed during construction. All material removed for pole foundations shall become the property of the Contractor and shall be disposed of outside the site of work by and at the expense of the Contractor. Foundation concrete shall be vibrated to eliminate air pockets The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 86 -2.04 Standards, Steel Pedestals, and Posts Contractor shall furnish all nuts, bolts, washers, foundation anchors, and other hardware as required for all new and relocated equipment. The Contractor shall identify each pole shaft as detailed on ES -7M of the State Standard Plans. Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 86 -2.05 Conduit (PVC) New conduit shall be PVC The following paragraphs shall be added to 86 -2.05 All new conduits shall be Type 3, rigid, non - metallic (PVC, Schedule 80) unless shown otherwise on the plans. The installation of this PVC shall be from box to box with no field connections from galvanized to PVC allowed. After conductors have been installed, the ends of conduit termination in pull boxes and controller cabinets shall be sealed with an Agency- approved type of sealing compound. All conduits shall terminate in a pull box or approved terminating equipment. The following shall replace the sixth numbered item of the third paragraph of 86- 2.05B: All new conduits installed between pull boxes shall be two -inch (53 mm) nominal diameter, unless shown otherwise on the plans. E 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required. 0 SP 18 OF 20 Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. All new pull boxes shall be Number 6 unless shown otherwise. Pull boxes, pull box covers, and pull box extensions shall be concrete. No new pull boxes shall be installed in or within one foot of any curb ramp. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 86 -2.08 Conductors Install system conductors in 2 '/2 inch deep, in '/2 inch wide sawcuts covered with loop sealant per manufacturer's recommendations. 86 -2.09 Wiring The following paragraphs shall be added to 86 -2.09: Ungrounded traffic signal conductors shall not be spliced. The first paragraph of 86- 2.09D, "Splicing" shall be deleted and replaced with the following: Conductors shall be run continuous from terminal block to terminal block, except that signal neutral conductors and multiple lighting circuit conductors may be spliced and soldered in pull boxes. Conductors No. 8 AWG or larger shall be spliced by the use of "C" shaped compression connectors and soldering. "Method B" as shown on CSP ES- 13A shall be used to insulate splices. Heat shrink tubing shall not be allowed. 86 -2.10 Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 Service The following will be added to tenth paragraph of 86 -2.11: • • SP 19 OF 20 The City of Newport Beach Public Works Department shall be notified a minimum of two working days in advance of planned service connection for the In- pavement Warning Lighted Crosswalk system, flashing beacons and safety lighting. The Contractor shall be entitled to no extension of time, or any other compensation for any delay to this operation, resulting from his failure to give the prescribed notification. 86 -2.14 Testing The City will not require that the In- pavement Warning Lighted Crosswalk System equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the in- pavement warning lighted crosswalk system, controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. A functional test for the In- pavement Warning Lighted Crosswalk System and lighting system shall consist of not less than thirty (30) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 30 days of continuous, satisfactory operation is obtained. The Traffic Engineer shall be notified at least two working days prior to the intended turn -on date for the In- pavement Warning Lighted Crosswalk System and flashing beacons. Turn-on shall be scheduled only for the hours between 9 AM and 12 Noon. If the scheduled tum -on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All flashing beacon heads shall remain covered prior to signal turn-on. The Contractor shall, at his own expense, arrange to have a representative from the In- Pavement Lighted Crosswalk device manufacturer present at the installation and activation. The Contractor shall schedule a meeting with the In- Pavement Lighted Crosswalk device manufacturer at least twenty (20) working days prior to installation to ensure the representative can be present at the installation. CONTRACTOR shall perform the tests and document the results. When the tests are completed, whether successful or not, the test results and the test data shall be furnished to the ENGINEER. 86 -3 CONTROLLER ASSEMBLY 86 -3.04 Controller Cabinets i 0 SP 20 OF 20 Control panel shall be per the LaneLight MLK150.400 Series In- pavement Lighted Crosswalk package or City - approved equivalent, and control panel and cabinets shall conform to the plans, the manufacturer requirements, and these Special Provisions. Mounting hardware for cabinet shall be weather and tamper -proof such that the mounting nuts are accessible only from the inside of the enclosure. 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.02 Light Emitting Diode Signal Module All LED vehicle indications shall be Dialight brand or Gelcore brand (or City- approved equal). The Contractor shall furnish and install 12 "yellow LED ball indications as part of the flashing beacon unit. 86 -4.09 Flashing Beacons Flashing: Beacons, as shown on the plans and the installation thereof, shall conform to the provisions in Section 864.09, "Flashing Beacons ", inclusive of the Caltrans Standard Specifications and these Special Provisions. Each beacon shall consist of a single section traffic signal face, conforming to the provisions of Section 86 -4.04 ", "Vehicle Signal Faces ", with yellow LED (Light Emitting Diode) lens as shown on the plans and as noted in these Special Provisions. 86 -5 DETECTORS 86 -5.02 Pedestrian Push Button Assemblies Pedestrian push button assemblies shall conform to the provisions in Section 86 -5.02 "Pedestrian Push Buttons" of the Standard Specifications and these Special Provisions. Pedestrian push buttorf assemblies shall be "Polara" brand Model X, XAVCU Control Unit with LED Option, or City- approved equal. Installation shall be per the manufacturer's requirements. F: \Users \PBW\Shared \Contracts\FY 07- 08TIGHTED CROSSWALK NEWPORT AT 23f0\ C- 3969 \SPECS C- 3969.doc 0 0 Form W -9 Request for Taxpayer Give form to the (Rev. January 2003) Identification Number and Certification requester. Do not eepanment of the Tmasiry send to the IRS. Internal Revenue service c, Name d rn w �- Business name, if different from above `o PTM General Engineering Services, Inc. m� .� Check appropriate box: ❑ Individual/ Sole proprietor ® Corporation ❑ Partnership ❑ other ► .................. ❑ vn'Whoklingm backup oy Address (number, street, and apt. or 5ui[e rwJ Requesters name and address (optional) .c — 5942 Acorn St. City, state. and ZIP code Riverside, CA 92504 List account numbers) here (optionali N Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. For individuals, this is your social security, number (SSN). social secudty 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. 21015(61913161415 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I 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) I 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 fail report all interest and dividends on your tax return. For real estate tramactions, item 2 does not apply. For mortgage interest paid, acqui !on r abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, ants other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See e ' uctions on page 4.) Sign signature of Here I U.S. person ► new ► "i /gv 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. Nonresident alien who becomes a resident 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 specked 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. If 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 alien. 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 Foreign person. If you are a foreign person, use the exemption from tax. appropriate Form W -8 (see Pub. 515, Withholding of Tax on 5. Sufficient facts to justify the exemption from tax under Nonresident Aliens and Foreign Entities). the terms of the treaty article. Cat. No. 10231X Form Ulf -9 (Rev. 1 -2003) i • Form w -9 Request for Taxpayer Give form to the (Rev. January 2003) Identification Number and Certification requester. Do not Department of me Treasury send to the IRS. Inmrnal Revenue Seni[e N Name d a m CL Business name, if different from above C PTN General Engineering Services, Inc. v Individual/ Check 11 13 ❑Partnership ❑Other Exempt from backup ❑ g appropriate box; sole proprietor Corporation ► . ... withtrodirg Address (number, street, and apt. or suite no.) Requester's name and address (optonaq 5942 Acorn St. !e City, state, and ZIP code Riverside, CA 92504 N List account number(s) here (optional) Tax a er Identification Number (TIN) Enter your TIN in the appropriate box. For individuals, this is your social security number (sSN). Social security number However, fair a resident alien, sole proprietor, or disregarded entity, see the Part 1 utstntctions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, or see How to get a TIN on page 3. Note: if the account is in more than one name, see the chart on page 4 for guidelines on whose number Employer identihcattan number to enter. 2 10 5 16 19 13 16 14 5 Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. 1 am not subject to backup withholding because: (a) 1 am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service ORS) that I am subject to backup withholding as a result of a failure to report all Interest a 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 lincluding a . r 'dent alien). Certification instructions. You mu t cro s out item 2 above, if you have been notified by the IRS that you are currently subject to backup withholding because you have fail eport all interest and dividends on your tax return, For real estate transactions, item 2 does not apply. For mortgage interest paid, acqui to r abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, tj other than interest and dividends, you are not required to sign the Certification, but you must provide your correct TIN. (See e ' u ' ns on page 4.) Sign I signature of 7(//V %� /� / ,11 .i / r/ Here U.S. cerson ► X>c e%.Ckv hate ► � �X�O Purpose of For W/- 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 -6 (see Pub. 515, Withholding of Tax on Nonresident Aliens and Foreign Entities). Nonresident alien who becomes a resident 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. If 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 alien. 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. 10231X Form W -9 (Rev. 12003) • i CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. to June 24, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Antony Brine 949 -644 -3329 or tbrine @city.newport- beach.ca.us SUBJECT: Flashing Crosswalk at Newport Boulevard and 23rd Street - Award of Contract No. 3969 Recommendations: 1. Approve the project plans and specifications. 2. Award Contract No. 3969 to PTM General Engineering Services, Inc., for the Total Bid Price of $ 82,780, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $ 8,300 to cover the cost of unforeseen work. Discussion: At 10:00 a.m. on May 29, 2008, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low PTM General Engineering Services, Inc. $78,780.00 2 Pouk & Steinle, Inc. $81,450.00 ** 3 Republic ITS $86,930.00 4 Macadee Electrical Construction $90,570.00 5 Steiny & Company 99,676.00 6 Ramilan Electric $115,400.00 * Corrected Bid Amount is $82,780.00 ** Corrected Bid Amount is $83,650.00 The low total bid amount is 1.5 percent below the Engineer's Estimate of $84,000. The low bidder, PTM General Engineering, possesses a California State Contractors License Classification C -10 as required by the project specifications. A check of the Contractors references indicates they have satisfactorily completed similar projects for other municipalities. 6 0 Flashing Crosswalk at Newport Boulevard and 23n0 Street — Award of Contract No. 3969 June 24, 2008 Page: 2 The flashing crosswalk project consists of the installation of an in- pavement warning lighted crosswalk system, overhead flashing beacons with pedestrian warning signs, new pedestrian ramps, and new traffic striping and markings. The in- pavement lighted crosswalk system provides motorists with additional warning that they are approaching an occupied crosswalk. In this installation, the pedestrian will activate by push -button the crosswalk lights and overhead flashing beacons. Last year, a flashing crosswalk system was installed at the intersection of Coast Highway and Orchid Avenue in Corona del Mar. The Public Works Department has received positive comments regarding the use and operation of the flashing crosswalk. This project, at the intersection of Newport Boulevard and 23rd Street, is proposed to provide for increased safety for the high volume of pedestrians that cross between the bayside restaurants and businesses both to, and from, McFadden Square. In order to eliminate summer impacts, the contract specifications specifically state that no construction work at the project site shall begin until after September 1, 2008. The contract is being awarded at this time to provide the contractor adequate time to order and have delivered the necessary equipment and signal poles. Pursuant to the Contract Specifications, the Contractor will have 80 consecutive working days to complete the work. Environmental Review: Categorically Exempt under Chapter 3, Article 19, Section 15301, Class 1 (c) of the Title 14 California Code of Regulations. This exemption covers minor alteration of existing public highways involving no expansion of an existing use. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to the start of work, the contractor shall cooperate with the City to provide advance notice to any and all establishments whose access may be impacted by construction operations, particularly sidewalk construction. Geotechnical. Material Testing. and Survey Services: Geotechnical, material testing, and survey services are included within the construction contract. Funding AvailabilitX: There are sufficient funds available in the following account for the project: Account Description Account Number Amount General Fund 7013- C3002000 $ 91,080.00 Total: $ 91,080.00 Flashing Crosswalk at Newport Boulevard and 230 Street — Award of Contract No. 3969 June 24, 2008 Page: 3 Proposed uses are as follows: Vendor PTM General Engineering PTM General Engineering Prepared by: Antony Brine City Traffic Engineer Attachments: Project Location Map Purpose Construction Contract Construction Contingency Total Submitted by: Amount $ 82,780.00 $ 8,300.00 $ 91,080.00 Works Director Location Map Newport B�vcl & 23rd St dashing Crosswalk