Loading...
HomeMy WebLinkAboutC-5818(A) - 2014-2015 Streetlight Improvement ProjectMay 11, 2017 Elecnor Belco Electric, Inc. Attn: John Wong, Vice President 4331 Schaefer Avenue Chino, CA 91710 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-30051 949-644-3039FAx Subject: 2014-2015 Streetlight Improvement Project — C -5818(A) Dear Mr. Wong: newportbeachca.gov On May 10, 2016, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 13, 2016 Reference No. 2016000215173. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is PRF9172290. Enclosed is the Faithful Performance Bond. Sincerely',' �w Leilani I. Brown, City Clerk Enclosure r EXHIBIT B CITY OF NEWPORT BEACH BOND NO. PRF9172290 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ , 5,234.38 . being at the rate of $ 7.38/slide per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor Beira, Electric, Inc. hereinafter designated as the "Principal,° a contract for the work necessary for the completion of this contract consists of mobilization, traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the fumishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidel y and Deposit company of Maryland , 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 Nine Hundred Thirty Thousand' Dollars ( $930.484.00) 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. 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 City, only in the Page B-1 Four Hundred Eighty Four and 001100ths event City is required to !ring 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 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 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 26th day of January 20 15 . Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane, Schaumburg, IL 60196 Address of Surety a47-605-6000 Telephone Ain Lopez, Attorney -In -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED APPROVED nS � %, 1?02 d: Page B-2 A notary, public or other officer completing this certificate verifies only the CALIFORNIA ALL—PURPOSE identity of the individual who signed the document to which this certificate Is attached, and notthetnrthfulness,accurac,, or validity of that document. CERTIFICATE OF State of California ) ACKNOWLEDGMENT Countyof San Bernardino ) On January 29, 2015 beforeme, Guadalupe L. Sandoval, Notary Public (here insert name and tide of the officer) personally appeared Glenn DeSoto who proved to me on the basis of satisfactory evidence to be the persortff) whose name6) Ware subscribed to the within instrument and acknowledged to me that(_Wshe/they executed the same in(E her/their authorized capacity(, and that by&/her/their signature on the instrument the person or the entity upon behalf of which the persono 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 hand and official seal. i 1 Signature D{yppALUPE L. SANODY11l. COMM. tY2Di5515 a Notary PfrMk: California o r Saa Bantatdrlo CttWlty 4 MirCaren. Elq es_Mar. 26, 2017 (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of City of Newport Beach Bond No. PRF9172290 - Faithful Performance Bond containing 1 pages, and dated January 26, 2015 The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ AttornCorporate Executive Vice President ❑ Corporate officer(s) ❑ Guardian/Conservatar ❑ Partner - Limaed/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Emity(leB) 51goer Is Represaming Proved to me on the basis of satisfactory evidence: Lo lorm(s)of Identification Ocrediblewitness(es) Notarial event is detailed in wtaryjournal on: Page 9 Entry p Notary contact: Other ❑ Additional Signer(s) ❑ Signer(s)Thumbprint(s) El 0 Copyright 2007- 2014 Notary Rotary. Inc, PO Box 41400, Des Moines, IA 50311-0502 All Rights ReservM. Item Number 101772. Please contact your numorrzea neseiier-m purcnase copres or mniurm. ACKNOWLEDGMENT State of California County of )Ss. On 20_ before me, Notary Public, personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(;) Ware 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/herAheir signatures(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 hand and official seal. Signature (seal) ACKNOWLEDGMENT State of Zaij%V aie Connecticut County of Hartford }ss. On January 26 2015 before me, Danielle M, Bachand , Notary Public, personally appeared Aiza Looez who proved to me on the basis of satisfactory evidence to be the person(s) whose names) Ware 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 signatures(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 _ Danielle M. Bechard WITNESS hand and official seal. Notary Public•Connecticut My Commission Expires June 30, 9111F SignaYy�Danielle/y I. Bechard (;eal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ, Elam V. SANCHEZ and Erin L. KIERNAN, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is awe copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of December, A.D. 2014. ATTEST: "l• Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Vice President Thomas O. McClellan State of Maryland County of Baltimore On this 8th day of December, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by use duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written POA -F 142-0587E ,Nllmrgr o :�� �411r•:�P F: //lll 111111 Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fac[. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a. certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 26th day of Jmuary , 2Q- 1-5. s�! 86AE} tae B 9 ; ua� Gerald F. Haley, Vice President July 18, 2016 Elecnor Belco Electric, Inc. Atkin: John Wong, Vice President 4331 Schaefer Avenue Chino, CA 91710 Subject: 2014-2015 Streetlight Improvement Project- C -5818(A) Dear Mr. Wong: CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov On May 10, 2016, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 13, 2016, Reference No. 2016000215173. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is PRF9172290. Enclosed is the Labor & Materials Payment Bond. Sincerel , L ilani I. Brown, MMC City Clerk Enclosure EXHIBIT A CITY OF NEWPORT BEACH BOND NO. PiRF9172290 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor Beim Electric. Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of mobilization, traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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 perfonnance 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, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Nine Hundred Thirty Thousand ` Dollars ( $930,4&4.00 ) 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 9554 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 9100 of the California Civil Code so as Page A-1 `Four Hundred Eighty Four and 001100ths 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 9500 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 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 26th day of January , 2015 Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane, Schaumburg, IL 60196 Address of Surety 847-605-6000 Telephone Alm Lopez Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST SE ATTACHED t�asidznt Page A-2 Anotarypublicorotherofficercompletingthisc'e'"cateserfiesonlythe CALIFORNIA ALL-PURPOSE identity of the individual who signed the document to which this certificate is attached, and not the truthfulness,accuracy, or validity of that document. CERTIFICATE OF - State of California ) ACKNOWLEDGMENT County of San Bernardino ) On January 29, 2015 before me, Guadalupe L. Sandoval, Notary Public (here insert name and title or the officer) personally appeared Glenn DeSoto 3 who proved to me on the basis of satisfactory evidence to be the person(4 whose nameliftare subscribed to the within instrument and acknowledged to me that &fshe/they executed the same in tl her/their authorized capacity(4, and thatIsby er/their signature(yf on the instrument the person(b), or the entity upon behalf of which the person(4 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. GUADALUPE L. SA"OVA' WITNESS my hand and official s al. o COMM. ft2015515 n Notary Pudic • Califomia o i San Bernnrdirlo County Camm. Ez ' Alar. 26, 2017 Signature (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this _ acknowledgment to on unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification — titled/far the purpose of City of Newport Beach Proved to me on the basis of satisfactory evidence: - - LQ forms) of identification Q credible witnesses) Bond No. PRF9172290 - L & M Payment Bond --- Notarial event is detailed in notaryjournal on: containing 1 pages, and dated January 26, 2015 Page # entry# The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ❑ Attorney -in -Fact Executive Vice President ❑ Additional signer(s) L] Sig ner(s) Thumbprim(s) ❑ Corporate Officer(s) - 1tion) ❑ y ❑ Guardian/Conservator - ❑ Partner- Limited/General - ❑ Trustee(s) ❑ Other: representing: ___ Names) of Pers.nis) or Entitypes) signer Is Representing s 0 Copyright 2007-2014 Notary Ro[ary,Inc. PO B.,, 41400, Des Moines. IA 50311-0507. All Rights Reserved. Item Number 101772. Please contact your Authorized Reseller to purchase copies of this form. ACKNOWLEDGMENT State of California County of ) ss. On 20 before me, Notary Public, personally appeared 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/hertthelr signatures(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 hand and official seal. Signature ACKNOWLEDGMENT State of QXlI fOCLrla; Connecticut County of Hartford } ss. (seal) On January 26 20 15 before me, Danielle M. Bechard Notary Public, personally appeared A'oa LODez 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 signatures(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 hand and official seal. ignatur Danielle M. Be and (seal) Donlelle M. Bechord Notory Public -Connecticut My Commission Expires June 30, 2015 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ, Elana V. SANCHEZ and Erin L. KIERNAN, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of December, A.D. 2014. ATTEST: '2). ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 7 ItM � s2 .Qi Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland County of Baltimore On this 8th day of December, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ...I E' Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: 'That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 26thday of January , 20 15 , NfWkl�s b a mi wr O ' 88AL 7ER Gerald F. Haley, Vice President FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSETS Bonds............................................................................................................................................... $ 139,272,722 Stocks.............................................................................................................................................. 22,258,887 Cash and Short Tenn Investments................................................................................................... 6,595,113 ReinsuranceRecoverable................................................................................................................ 17,970,134 Other Accounts Receivable............................................................................................................. 33,409,916 TOTAL ADMITTED AssETs.........................................................................................................$ 219,506,772 LL4BILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses..................................................................................................... $ 1,787,480 Ceded Reinsurance Premiums Payable............................................................................................ 42,146,005 Securities Lending Collateral Liability............................................................................................ 6,613,750 TOTALLLIBILITIES....................................................................................................................$ 50,547,235 Capital Stock, Paid Up. .... ................................................................................... $ 5,000,000 Surplus................................................................................................................. 163,959,537 Surplus as regards Policyholders..................................................................................................... 168,959,537 TOTAL........................................................................................................................................ $ 219506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company s total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit o e assets and liabilities of the said Company on the 31st day of December, 2013. t Corp Secretary State ofIllinois City of Schaumburg I SS: Subscribed and sworn to, before me, a Notary Public ofthe State of Illinois, in die City of Schaumburg, this ISIh day of Mardi, 2014. NotaryPubfic L FFICIAL SEAL ARRYL JOINER ublic - State of Illincls sion Expires May 3, 2014 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder NO FEE IIIIII$IIIIIIII��III0I3IIIIIII��IIIIIIIIII2I��IIII�I$IIIII�I 201600021517311:26 am 05113116 276 414 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" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric Inc..,Chino, CA, as Contractor, entered into a Contract on February 11, 2015. Said Contract set forth certain improvements, as follows: 2014-2015 Streetlight Improvement Project C-5818 Work on said Contract was completed, and was found to be acceptable on May 10, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. LI--' 77 t._ BY LI_ Pu lic orks Director �l` > City of Newport Beach L! ; cc VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on M City Clerk at Newport Beach, California. CITY CLERK'S OFFICE 01t,;, u �P Leilani Brown., MMC May 11, 2016 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: 2014-2015 Streetlight Improvement Project - Contract No. 5818 Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincere) , Leilani I. Brown, MC City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658--8915 Telephone: (949) 644-3005 • Fax: (949) f344-3039 9 www.tiewportbeacbca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric Inc..,Chino, CA, as Contractor, entered into a Contract on February 11, 2015. Said Contract set forth certain improvements, as follows: 2014-2015 Streetlight Improvement Project C-5818 Work on said Contract was completed, and was found to be acceptable on May 10, 2016 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY i � Pu lic orks Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on In City at Newport Beach, California. ��WPaRT CITY OF O � _ z NEWPORT BEACH Cq</ Fp P City Council Staff Report May 10, 2016 Agenda Item No. 8 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Peter Tauscher, Civil Engineer, ptauscher@newportbeachca.gov PHONE: 949-644-3316 TITLE: 2014-2015 Streetlight Improvement Project - Notice of Completion and Acceptance of Contract No. 5818 (15E01) ABSTRACT - On January 27, 2015, City Council awarded Contract No. 5818, 2014-2015 Streetlight Improvement Project to Elecnor Belco Electric, Inc. (Belco), for a total contract cost of $930,484.00 with a $94,516.00 (10 percent) allowance for contingencies. The contracted work involved the replacement of existing streetlight fixtures with new energy-efficient LED streetlight fixtures and upgrading existing streetlight circuits. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: The current adopted budget included sufficient funding for this project. It is being expensed to the general fund account in the Public Works Department, 15E01 - Construct -010 -Unassigned. 8-1 2014-2015 Streetlight Improvement Project - Notice of Completion and Acceptance of Contract No. 5818 (15E01) May 10, 2016 Page 2 DISCUSSION: Overall Contract Cost/Time Summary Awarded Final Cost at Contingency Actual % Due to % Due to Contract Amount Completion Allowance Contract Directed Unforeseen Change Change Change $930,484.00 $972,184.19 10% or less 4.5% -7.2% 11.7% Allowed Contract Time (days) 195 Actual Time +0 Under (-) or Over (+) The contract has now been completed to the satisfaction of the Public Works Department. A summary of the construction contract cost is as follows: Original Bid Amount: $930,484.00 Actual Cost of Bid Items Constructed: $863,413.40 Total Change Orders: $108,770.79 Final Contract Cost: $972,184.19 The contract replaced 214 existing streetlight fixtures with new energy-efficient LED streetlight fixtures and upgraded the existing streetlight circuits as part of the City's Streetlight Replacement Program. The project area included Irvine Avenue from north of Santiago Road to Tustin Avenue, and a portion of the Westcliff neighborhood. The contract was completed to the satisfaction of the Public Works Department. The final construction contract cost was approximately 4.5 percent over the original contract amount. A majority of the cost increase was caused by the unforeseen need to locate and accommodate existing utilities previously unknown and discovered during the construction. As a result of needing to address unforeseen underground utility conflicts, Belco was granted an additional 10 working days to complete the project. ENVIRONMENTAL REVIEW: City Council found this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. 8-2 2014-2015 Streetlight Improvement Project NOTICING: - Notice of Completion and Acceptance of Contract No. 5818 (15E01) May 10, 2016 Page 3 The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Location Map 8-3 ATTACHMENT A STREETLIGHT CIRCUIT SLD0067 "' NTS \4 NEWPORT BACK BAY I FGFNn CONSTRUCTION LIMITS STREETLIGHT CIRCUIT SLD0076 NTS 2014-2015 STREETLIGHT CITY OF NEWPORT BEACH IMPROVEMENT PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP C-5818 5/10/16 15E01 1 OF 2 ATTACHMENT A I FrFND CONSTRUCTION LIMITS STREETLIGHT CIRCUIT SLD0074 NTS 2014-2015 STREETLIGHT CITY OF NEWPORT BEACH IMPROVEMENT PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP C-5818 5/10/16 15E01 2 OF 2 RIM C t --'y C/ 64 CITY OF NEWPORT BEACH NOTICE INVITING BIDS - Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 �\ Until 10:00 AM on the 18th day of December, 2014, ((� at which time such bids shall be opened and read for ` v 2014-2015 STREETLIGHT IMPROVEMENT PROJEC Title of Project Contract No. 5818 $ 1,000,000.00 Engineer's Estimate Approved by w ark Vukojevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756.1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "A" or "C-10" For further Information, call Peter Tauscher, Protect Manager at(949)644-3316 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE; http://www.NewgortBeachCA.gov CLICK: Online Services /Bidding & Bid Results City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 TABLE OF CONTENTS NOTICE INVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................8 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9 NON -COLLUSION AFFIDAVIT ... ............................... .......... I .... I.,................. 13 DESIGNATION OF SURETIES...<.................................................................. 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD....................................................15 ACKNOWLEDGEMENT OF ADDENDA.......................................................................17 INFORMATION REQUIRED OF BIDDER.....................................................................18 NOTICE TO SUCCESSFUL BIDDER........................................................................... 21 CONTRACT.................................................................................................................. 22 INSURANCE REQUIREMENTS...........................................................................A-1 LABOR AND MATERIALS PAYMENT BOND ............... ............. .................. ......... B-1 FAITHFUL PERFORMANCE BOND.......................................................... I......... C-1 PROPOSAL.............................................................................................................. PR -1 SPECIAL PROVISIONS ............................................. ........ .......... I.... I....................... SP -1 2 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL 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 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. 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 — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 738518 A, B, C-10 Contractor's License No. & Classification Elecnor BelcoE..lectric, Inc. Bidder V, W,/ Vice President u)hrize' re Signat itis 12%2014 Date 4 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 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 Amount Bid 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 2014- 2015 STREETLIGHT IMPROVEMENT PROJECT, Contract No. 5818 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 18th day of December , 2014. Elecnor Belco Electric, Inc. A G ' Name of Contractor (Principal) Auth ilzed Signaturelfitle ._i Fidelity and Deposit Company of Maryland Name of SuretyLStac Authorize gent Signature 1400 American Lane Schaumburg, IL 60196 ttorney-In-Fact Address of Surety Print Name and Title (847)605-6000 Telephone (Notary acknowledgment of Principal & SuretV must be attached) ACKNOWLEDGMENT ■r■■■■■r■rr■■■rr■ a■■■■■■■rrrrrr■■■■■■■r■■■■rr■■■■■■■■■ u u r u r■■rr■rrr■ a r■r■■ State of California County of ss. On Tec-ey"be.-►'" I `t',y� before me, Public, personally appeared C-1f_10n 1�1e- 'SU L . stand 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 signatures(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. _ _ V(seaf L. SA"'0' L WITNE my han d officia s al. #2015515 zz Ollc • California Xardino County Signature C-101AdCI td �oVI�Lj Expires Mar. 26, 2017 ■■r■■u■■uu■■uau■r.■■u■■■u■u■■■■roar■■■■■■r■■rrr■rr■■u■aa■■r■u■■■■■r■r OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFD/COO President / Vice -President / Secretary / Treasurer Other. Other Information: 0 Thumbprint of Signer Check here If no thumbprint or fingerprint Is avallabie. ACKNOWLEDGMENT ■rrur■■■rrrruru■rrrruurrrrrrrrrrrrrrrrrrr■■r■r■rr■rrrururrru■rurrrru■ State of 9XifbYn`faY CT County of Hartford ) ss. On December 18, 2014 before me, Aiza Lopez Notary Public, personally appeared Stacy Rivera ,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 signatures(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 Call..fo tt the foregoing paragraph is true and correct. Aizo Lopez Notary Public -Connecticut WITNE m hand and icial eal. My Commission Expires December 31, 2018 ign re Aiza Lo z, Nota Publi (seal) rJr rrrrrrr■■■■■■■■■rrrr rrrrrruurrrrrrrrru■rrrurrr■■r�■■ru■■rrr■■r■■rrrrrr■ OPTIONAL INFORMATION Date of Document Thumbprint of Signer Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Check here if no thumbprint or fingerprint is available. ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ and Elana V. SANCHEZ, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of December, A.D. 2012. ATTEST: zz 9,_ Assistant Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND P�pDUO, �.•GpS1YlNSV,py~�,�a. SEAL t o Y.n• ` L y�? 1888 ... Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 3rd day of December, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. (, t lll��``` Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSETS Bonds............................................................................................................................................... $ 139,272,722 Stocks.............................................................................................................................................. 22,258,887 Cash and Short Tenn Investments................................................................................................... 6,595,113 Reinsurance Recoverable................................................................................................................ Other Accounts Receivable ............................. 17,970,134 33,409,916 TOTALADMITTEDAsSL'TS......................................................................................................... $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses..................................................................................................... $ 1,787,480 Ceded Reinsurance Premiums Payable............................................................................................ 42,146,005 Securities Lending Collateral Liability ............................................................................................ 6,613,750 TOTAL LIABILITIES.................................................................................................................... $ 50,547,235 Capital Stock, Paid Up......................................................................................... $ 5,000,000 Surplus................................................................................................................. 163,959,537 Surplus as regards Policyholders..................................................................................................... 168,959,537 TOTAL...................................................................................................................... .............. $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit o he assets and liabilities of the said Company on the 31st day of December, 2013. Corp Secretary State of Illinois City of Schaumburg SS: Subscribed and sworn to, before me, a Notary Public of the State of Illinois, in the City of Schaumburg, this 15th day of March, 2014. Nalary Public OFFICIAL SEAL DARRYL JOINER Notary Public . State of Illinois nny Commission Expires May 3, 2014 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only In accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made In these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: Address: I'J 0 S v e S Phone: State License Number: Email Address: Name: Address: Phone: State License Number: Email Address: Name: Address: Phone: State License Number: Email Address on LEecnor Belco Electric, Inc. Bidder A h •ized Signatur tle 8 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidder's Name Eleenor Belco Electric, 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: 1 . No No. I t Name/Number Interconnect and Traffic Signals on La Mesa Rd. at Del Gado, El Evado and Pacoima Rd. Project Description Traffic Signals, Fiber Optic Installation Approximate Construction Dates: From 11/2013 Agency Name City of Victorville To: x/2014 Contact Person Greg Heldreth Telephone (760) 243-6360 1 169,918.Q(1 l ,282 344.00 Original Contract Amount $ ' "'Anal Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. 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 No. 2 Nogales St. Grade Separation Project Name/Number Project Description Traffic Signals, Street Lighting, interconnect Approximate Construction Dates: From 8/2013 Agency Name Ace Construction Authority To: 6/2015 Contact Person Kevin Lai Telephone (62C 962-9292 1,898,438, Q As or 121/2014 $2,137,024.00 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. 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 No. 3 Project Name/Number 1-15 La Mesa / Nisyualli Interchange Project Description Traffic Signals, Street 1-ighting, Ramp Metering, Fiber Optics Approximate Construction Dates: From 8/2013 To: 3/2014 Agency Name Sanbag Contact Person Greg Heldreth Telephone (760 243-6360 ,. Original Contract Amount $ 386829.00 Final Contract Amount $ 421,714.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. 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 10 No. 4 1-10 Cherry Ave. Interchange Project Name/Number Project Description Traffic Signals, Street Lighting, Interconnect Approximate Construction Dates: From 6/2013 Agency Name Sanbag To: 3/2014 Contact Person —Juan Rojas Telephone (951) 264-6422 1.,188,000.00 1,400,000.00 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. Did you file any claims against the Agency? Did the Agency file any claims against you/Coritractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name/Number Traffic Signal Modernization West Newport - Phase 6 Project Description Traffic Signals, Fiber Optic Approximate Construction Dates: From 7/2014 To: Ongoing Agency Name City of Newport Beach Contact Person Brad Sommers Telephone( 947 644-3326 Original Contract Amount $734,072.O(IL-inal Contract Amount $ 779,312.32 as of 12/2014 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. 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 11 No. 6 Project Name/Number ('reenspot Rd. Improvements Project Description Traffic Signals. Street Lighting, Interconnect. Approximate Construction Dates: From 12/2012 To: 12x2014 Agency Name City of Highland Contact Person MaRvin Alabassi Telephone (951) 776-9300 Original Contract Amount $1'606530().Final Contract Amount $ 1,709,000.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders issued by agency. 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 Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Elecrlor }telco Electric, Inc. Bidder 12 Vice President uth riled Signatur 'tle 4331 Schaefer Ave. Chino, CA 91710 John L. Wong .-OUALIFICATIONS Cell: (951) 870-0721 Email: jwong@elecnor.com Over 23 years of acquired responsibilities in the electrical construction industry utilizing the following skills: • Field Supervision/Installation • Job Estimating 0 Design/Build • Project Management • Contract Administration 0 Scheduling/Coordination • Executive Management • Budget/Cost Analysis • Document Control „ PROFE; SIQNALEXPERYEN _E Elecnor Belco Electric, Inc., Chino, CA 05/2013 — Present Vice President — Transportation Division • Responsible for the business development, operations, project estimating and management of the transportation division specializing in traffic signals and street lighting systems in both the private and public works sectors. Lincoln Pacific Builders, Inc., Baldwin Park, CA 09/2005 — 05/2013 Executive Vice President • Assist in the founding of Lincoln Pacific. • Responsible for all aspects of operations, activities, project estimating, and administration of company. • Estimated and managed approximately $77M in awarded contracts in traffic signal and street lighting projects throughout the counties of Los Angeles, Orange County, and Inland Empire including the Mid- City/Exposition Light Rail Transit Design/Build Project for Metro in the City of Los Angeles as a subcontractor to the Joint Venture Team of FCI/Fluor/Parsons with a contract value at $20.3M. Moore Electrical Contracting, Inc., Corona, CA 05/2003 — 08/2005 Project Manager — Metro San Fernando Valley Buslvay Rapid Transit (BRT) Project, Los Angeles, CA • Responsible for the management, direction, and coordination of all electrical and communications systems from conceptual to final design with local agencies and owner while supervising a staff of five field superintendents to support the $28M electrical and communications design -build subcontract for the Joint Venture Team of Shimmick/Obayashi. • Lead estimator for Transit Priority/Automated Traffic Surveillance and Control Surveillance and Control Systems (TPS/ATSAC) Projects in the City of Los Angeles totaling $12M in awarded contracts. Amelco Electric SF, Inc., San Leandro, CA 01/2000 — 04/2003 Division Manager - Traffic Signal and Street Lighting (01/00 — 04/03) • Responsible for establishing a traffic signal and street lighting division with annual gross revenue of $15M in 2000, $18M in 2001, and $25M in 2002 while supervising a staff comprising of two estimators and three field superintendents. • Oversight responsibility for all aspects of operations and administration of division. Project Manager - Alameda Mid -Corridor Design -Build Project, Los Angeles, CA (01/00 —12/02) • Coordinated and provided rapid solutions during the installation of electrical, communication, traffic signal, and railroad signal systems while supervising a staff of four field superintendents to support a $71M contract. • Interfaced with various local agencies in providing conceptual to final agency -approved construction designs for traffic signal and street lighting systems. • Responsible for controlling all documentation related to project. Steiny and Company, Inc., Los Angeles, CA 01/1990 — 01/2000 Project Manager (02/98 — 01/00) • Provided project coordination and scheduling with owners, general contractors, and subcontractors. • Managed and supervised staff of two project engineers and four field superintendents on all Disney projects in Anaheim, CA that included West Street Improvements Phases I thru IV ($7.5M), California Adventures SD -1 and SD -2 ($8.2M), and Paradise Pier Phase I ($150K). Foreman/General Foreman (02/95 — 02/98) • Supervised the installation of electrical systems such as fiber optic and data communication, low and high voltage, and fire/life safety systems on various projects totaling $17M. Inside Wireman Apprentice (01/90 — 01/95) • Attended and completed IBEW-NECA 5 year apprenticeship training course. EDUCATION/TRAINING Journevman Wireman Certification.IBEW-NECA 01/1990 — 01/1995 Joint Apprenticeship and Training Committee, Los Angeles, CA Member oflnternational Brotherhood of Electrical Workers Union Local 11 (since 01/90) A.S. Electronics Engineering TechnoloLry ITT Technical Institute, West Covina, CA California State University of Los Angeles Accounting Major Los Angeles, CA COMPUTER SKILLS Software: Windows 8, Microsoft Office, Microsoft Project Planner, Primavera, Expedition, McCormick and Accubid Estimating, Epic and Trade Service 06/1986 — 06/1988 09/1982 — 06/1984 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 NON -COLLUSION AFFIDAVIT State of California ) San Bernardino) ss. County of ) John Wong being, first duly sworn, deposes and says that he or she is Vice President of Llecnor Belco Electric, Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the Interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or Indirectly Induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone Interested In the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. declare under penalty of perjury of the laws of the S to f Iforni that the foregoing is true and correct. Elecnor Belco Electric. Inc. Vice President Bidder Ah ized Signatu itle Subscribed and sworn to (or affirmed) before me this 1011 of �� X9'3 ►�{ by - YDV)" VV 0k -)O , proved to me on the basis of satisfactory evidence to be the person(/) who appeared before me. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. GUADALUPE L. SANDOVAL Notary Public COMM. #2015515 z [SEAL] '� Noiary Public • California o z San Bernardino County My Commission Expires: ' Z IMy Comm. Expires Mar. 26, 2017 13 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 DESIGNATION OF SURETIES Bidder's name Eleenor Belco Electric, 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): Bonding Agent - Willis of New Jersey, Inc. Willis Group 350 Mt. Kemble Ave. Morristown, NJ 07962 Marry A. Dinger - (973) 401-7417 Surety - Zurich, Inc. 777 S. Figueroa St., Suite 3900 Los Angeles, CA 90017 Surety - Fidelity and Deposit of Maryland 1400 American Lane Schaumberg, IL 60196 14 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Elecnor Belco Electric, 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. 15 Current Record Record Record Record Record Year of for; for for for for Record 2013 2012 2011 2010 2009 Total 2014 No. of contracts 50 34 14 0 0 0 98 Total dollar Amount of Contracts (in $40M $45M $19,04M 0 0 0 $104,04M Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent transfer to another job or 0 0 0 0 0 0 0 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. 15 Legal Business Name of Bidder 1llecnor Belco Electric, Inc. Business Address: 4331 Schaefer Ave. Chino. C.A 91710 Business Tel. No.: (909) 993-5470 State Contractor's License No. and Classification: 73851.8 A, s, C-10 Title 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. A Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 12/11/2014 Senior Vice President Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. 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 if fewer than all of the partners/joint ventures submit 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 signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDl 16 State of California ) CALIFORNIA ALL-PURPOSE County of San Bernardino ) CERTIFICATE OF ACKNOWLEDGMENT On December 11, 2014 before me, Jessica L. DuBois, Notary Public (here insert name and title of the officer) personally appeared Glenn DeSoto 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. J JESSICA L. DUB01S COMM. #2019421 z MY Notary Public • California WITNESS my hand and official seal. Z San Bernardino County c Comm. Expires Aix. 12, 2017 Signature (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document Adolitional The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of City of Newport Beach Proved to me on the basis of satisfactory evidence: ---- - --- L0 form(s) of identification 0 credible witness(es) Bid Documents Notarial event is detailed in notary journal on: containing 1 pages, and dated Page # Entry # The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ❑ Attorney-in-Fact corporate Officer(s) Senior Vice President ❑ AdditionalSigner(s) ❑ Signer(s)Thumbprint(s) Title(s) ❑ ❑ Guardian/Conservator ❑ Partner-Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entity(ies) Signer Is Representing i s 0 Copyright 2007-2012 Notary Rotary, Inc. PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Part Number 101772. Please contact your Authorized Reseller to purchase copies of this form. i State of California ) CALIFORNIA ALL-PURPOSE County of San Bernardino ) CERTIFICATE OF ACKNOWLEDGMENT On December 14, 2014 before me, Jessica L. DuBois, Notary Public (here insert name and title of the officer) personally appeared John Wong r 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. JESSICA L. DUBOIS COMM. #2019421 z Omy Notary Public • California o WITNESS my hand and official seal. ZSan Bernardino County Comm. Expires Apr. 12, 2017 Signature (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached DocumentAdditional Information The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification Proved to me on the basis of satisfactory evidence: titled/for the purpose of City of Newport Beach — --- L0 form(s) of identification O credible witness(es) Bid Documents — — -- -------------------- Notarial event is detailed in notary journal on: containing 1 pages, and dated Page ft Entry If The signer(s) capacity or authority is/are as: Notary contact: ❑ Individual(s) Other ❑ Attorney -in -Fact Vice President ❑ Additional5igner(s) ❑ signer(s)Thumbprint(s) QCorporate Officer(s) _ Titles) ❑ ❑ Guardian/Conservator k ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Name(s) of Person(s) or Entitoes) Signer is Representing --mwcn.m• 0 Copyright 2007-2012 Notary Rotary, Inc. PO Box 41400, Des Moines, IA 50311-0507. All Rights Reserved. Part Number 101772. Please contact your Authorized Reseller to purchase copies of this form. CitV of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Elecnor Belco Electric, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents; A 17 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 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: Elecnor Belco Electric, Inc. Business Address: 4331 Schaefer Ave. Chino, CA 91710 Telephone and Fax Number: (9 19) 993-5470 Fax (909) 993-5476 California State Contractor's License No. and Class: 738518 A, 13, C-10 (REQUIRED AT TIME OF AWARD) Original Date Issued: 7/28/1997 Expiration Date: 713//2015 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: Bo Fuentes - Senior Estimator The following are the names, titles, addresses, and phone numbers of ali individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Glenn De Soto Senior V.P. 4331 Schaefer Ave. Chino, CA 91710 (909) 993-5470 Corporation organized under the laws of the State of California 18 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: None All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: None For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; None Briefly summarize the parties' claims and defenses; ,� Have you ever had a contract terminated by the owner/agency? If so, explain. None Have you ever failed to complete a project? If so, explain. No 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 labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 19 Are any claims or actions unresolved or outstanding? Yes / No If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. E.,lecnor Belco Electric, Inc. Bidder Glenn De Soto (Print name of Owner or President of Corporation/Company) _,.. ut horized-Signature/Title Senior V.P. Title 121/ 18/2014 Date On Ve-0 ` IB- 20 t y- before me, (N-aA- j VK i, Uy 0Vtt L Notary Public, personally appeared Glehr, tie, '�C+p , who proved to me on the basis of satisfactory evidence to be the person($whose name re subscribed to the within Instrument and acknowledged to me that(E&she/they executed the same in 0/her/their authorized capacity(iesj, and that by/her/their signatureA on the instrument the person}, or the entity upon behalf of which the person) 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 hand and officials al. GUADALUPE L. SANDRAL COMM. #2015515 z (SEAL)�� Notary Public • California o Notary Public in and for said State z San Bernardino County Comm. Ex ires Mar. 26, 2017 My Commission Expires; 2-ic ' wt 20 City of Newport Beach 2014-2015 STREETLIGHT IMPROVEMENT PROJECT Contract No. 5818 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 Cert(ficate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance In the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Progertv-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. 21 2014-2015 STREETLIGHT IMPROVEMENT PROJECT CONTRACT NO. 5818 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 11th day of February, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City'), and ELECNOR BELCO ELECTRIC, INC., a California corporation ("Contractor'), whose address is 4331 Schaefer Avenue, Chino, California 91710, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of mobilization, providing traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 5818, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. 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. 2. 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. 3. COMPENSATION 3.1 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 Nine Hundred Thirty Thousand Four Hundred Eighty Four Dollars and 001100 ($930,484.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated John Wong to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Elecnor Belco Electric, Inc. Page 2 6. 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Wong, Vice President Elecnor Belco Electric, Inc. 4331 Schaefer Avenue Chino, CA 91710 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract.. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Elecnor Belco Electric, Inc. Page 3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100°/x) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Elecnor Belco Electric, Inc. Page 4 Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant, Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 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 — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or Elecnor Belco Electric, Inc. Page 5 death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 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 Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 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. Elecnor Belco Electric, Inc. Page 6 16.7 Nothing in this Section or 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 above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractors members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Elecnor Belco Electric, Inc. Page 7 Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee Elecnor Belco Electric, Inc. Page 8 or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. 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. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Elecnor Belco Electric, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTO21IRY'S OFFICE Date:14 By: Aaron C. Harp oM oZIoH I tK City Attorney ATTEST: Date: 13.0271` By: A4" rY U� ►'�� Leilani I. Brown City Clerk Lry(.( FOR:. Attachments: CITY OF NEWPORT BEACH, a California Tnicipal corporon Date: By: _6� Edward D. Selich Mayor CONTRACTOR: Elecnor Belco Electric, Inc., a California corporation Date: 0- -,?- ij /tip M lenn De Soto Executive Vice President Date: 1 V, By: l� Donald J. R , ssig�er - Sr. Vice Preside +t nd Vice Secretary [END OF SIGNATURES] Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Elecnor Belco Electric, Inc. Page 10 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Bernardino On Feb. 26, 2015 before me, Olivia Chea, Notary Public (Here insert name and title of the officer) personally appeared Glenn De Soto who proved to me on the basis of satisfactory evidence to be the person(s) whose name issubscribed to the within instrument and acknowledged to me that e><tliey executed the same in is au emthorized capacityfies}; and that by is ' 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. ,�.��_ WITNE and a d official seal. OLlVIfS CHE;A Col/I.# 1931793 r� NOTARY PUBLIC-CALIFORMA V' LOS ANGELES COUNTY t ``t PAY UP. APR. 8. 2y 015 �L Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) KI Corporate Officer Exec. Vice President (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknawledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. /n such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they-,- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of San Bernardino On Feb. 26, 2015 before me, Olivia Chea, Notary Public (Here insert name and title of the officer) personally appeared Donald J. Rassiger who proved to me on the basis of satisfactory evidence to be the person(s) whose name is subscribed to the within instrument and acknowledged to me thatei executed the same in is authorized capacity(ies)-, and that by is ' signature(.) on the instrument the person(s), or the entity upon behalf of which the person(} 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. OIIVIA iCH1A� WI han nd official seal. .:_ (30tA 1. # 1931793 rn NOTARY PUBLIC -CALIFORNIA N Los ANGELES COUNTY r� r Wf Cotw. Fxr. APR. 8, 7.015 �,. Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) lfl Corporate Officer Sr. VP/ Vice Sec. (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryC]asses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/the}-- is /ere ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document EXHIBIT A CITY OF NEWPORT BEACH BOND NO. PRF9172290 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor Beloo Eiechic, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of mobilization, traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract 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, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Nine Hundred Thirty Thousand ` Dollars ( $930,484.00 ) 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 9554 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 9100 of the California Civil Code so as Page A-1 Four Hundred Eighty Four and 00(100ths 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 9500 at 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 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 26th day of January 12015 Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane Schaumburg_IL 60196 Address of Surety 847-605-6000 Telephone Authorized Signature(rttle y i C, 4 jL¢- 1 r id ert t uthorizedC Agent Signature Aiza Lopez Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED PRO�Yjjpp��6��!// iS� Ail.. 1�9V.C:..Y10 Vtl" Page A-2 A notary public or other officer completing this certificate verifies only the CALIFORNIA ALL-PURPOSE identityof the individual who signed the document which this cettlficate is attaced, and not the truthfulness, accuracy, or validity of that document CERTIFICATE OF State of California ) ACKNOWLEDGMENT County of San Bernardino ) On January 29, 2015 before me, Guadalupe L. Sandoval, Notary Public (here insert name and title of the officer) personally appeared Glenn DeSoto who proved to me on the basis of satisfactory evidence to be the persori whose name(4 is are subscribed to the within instrument and acknowledged to me thattWshe/they executed the Same in Is her/their authorized capacity(ieO, and that bys er/their signature(6 on the instrument the person(a), or the entity upon behalf of which the personv) acted, executed the instrument. I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct. GUADALUPEL:SANDDYAI WITNESS my hand and officials al. COMM. #tot55i5 z Notary Public. California p z San earnardmo County 14 Corm . En ires Maz. 26, 2017 Signature �---' (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description'of Attached Document The preceding Certificate of Acknowledgment is attached to a document Method of Signer Identification titled/for the purpose of City of Newport Beach Proved to me on the basis of satisfactory evidence: Bond No. PRF9172290 - L & M Payment Bond Lo form(s)of identification O credible witnesses) -------- Notarial event is detailed in notary journal on containing 1pages, and dated January 26, 2015 Page # entry #_ The signer(s) capacity or authority is/are as: Notary contact:_ ❑ Individual(s) Other ❑ Attorney -in -Fact Executive Vice President ❑ Additional Signer($) El Sig ner(s) Thumbpnnt(s) ❑ Corporate OFficeds) _ doers) ❑ ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Nani of Persons) or Entuou,,) Signer Is Representing 3: 0 Copyright 20072014 Notary Rotary, Inc. RD Box 41400, Des Moines. IA 50311-0507. All Rights Reserved. Item Number 101772. 1 contact our Authorized Reseller to purchase copies of this form. ACKNOWLEDGMENT State of California County of } ss. On 20_ before me, Notary Public, personally appeared 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct WITNESS my hand and official seal. Signature ACKNOWLEDGMENT State of QIif0 Connecticut County of Hartford }ss. (seal) On January 25 20 t5 before me, Danielle M. Bechard Notary Public, personally appeared Alza Lopez 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 signatures(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 hand and official seal. ignatunDanielle M. Be hard Danielle M. Bach ard 11 Notary Public -Connecticut My Commission Expires June 30, 2015 11 (seal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ, Elana V. SANCHEZ and Erin L. KIERNAN, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Pact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a time copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of December, A.D. 2014. ATTEST: 9 ,, _), A-1.4- Secretary Eric D. Barnes ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND S aw•M#.'i Ea low..o v . �Z ..._..,,, �rMnn�N _9�, EWoKzd�,11( Vire President Thomas O. McClellan State of Maryland County of Baltimore On this 8th day of December, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat the day and year first above written. ,�,.........;ts �.: ttotF ��e'ru mto�• Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 142-0587E FIDELITY AND DEPOSIT COMPANY OF MARYLAND 600 Red Brook Blvd., Suite 600, Owings Mills, MD 21117 Statement of Financial Condition As Of December 31, 2013 ASSETS Bonds............................................................................................................................................... $ 139,272,722 Stocks.............................................................................................................................................. 22,258,887 Cash and Short Tenn Investments ..... ............. ......... ................ ........................ ................................ 6,595,113 Reinsurance Recoverable ....................................... ............... ........................ ................................. 17,970,134 Other Accounts Receivable............................................................................................................. 33,409,916 TOTALADMITTED ASSETS... ......... -- ... ...................... ............. ....... .................... — ................. $ 219,506,772 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Taxes and Expenses..................................................................................................... $ 1,787,480 Ceded Reinsurance Premiums Payable, .............................................................. ..... . ........... ........ 42,146,005 Securities Lending Collateral Liability .......... ........................................ ......... ..... ........................... 6,613,750 TOTAL LIABILITIES.................................................................................................................... $ 50,547,235 CapitalStock, Paid Up......................................................................................... $ 5,000,000 Surplus................................................................................................................. 163,959,537 Surplus as regards Policyholders ....................... TarAL......................................................... ......... 16 8,959, 537 .......... $ 219,506,772 Securities carried at $58,378,690 in the above statement are deposited with various states as required by law. Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of market quotations for all bonds and stocks owned, the Company's total admitted assets at December 31, 2013 would be $223,222,696 and surplus as regards policyholders $172,675,461. 1, DENNIS F. KERRIGAN, Corporate Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit o e assets and liabilities of the said Company on the 3lst day of December, 2013. State of Illinois City of Schaumburg SS: Subscribed and sworn to, before me, a Notary Public ofthe State of Illinois, in the City of Schaumburg, [his 15th day of Much, 2014. ° J Nolnry Public LOFFICIAL SEAL IDARRYLJOINER ublic • State of Illinois sion Expires May 3, 2014 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. PRF917229D FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 5.234.38 , being at the rate of $ 7.38/slide per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Fleenor aelco Electric, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of mobilization, traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , 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 Nine Hundred Thirty Thousand Dollars ( ,484 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 specked in this Bond; otherwise this obligation shall become null and void. 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 City, only in the Page B-1 Four Hundred Eighty Four and 00/100ths event 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 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 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 26th day of January 20 15 . Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1400 American Lane, Schaumburg, IL 60196 Address of Surety 847-605-6000 Telephone Alza Lopez, Attorney -In -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED LAPP O�VED �,%,/ a Y._ 1?02 4: + _uomt;y CAM ealaebc ... rJ V" t-�4- Pre:i dt.nf Page B-2 A notary public or other officer completing this certificate verifies onlythe CALIFORNIA ALL-PURPOSE identity of the individual who signed the document to which this certificate:. T is attached, and not the truthfulness, accuracy, or validity of that document. CERTIFICATE OF State of California ) ACKNOWLEDGMENT County of San Bernardino On January 29, 2015 personally appeared Glenn DeSoto before me, Guadalupe L. Sandoval, Notary Public (here insert name and title of the officer) who proved to me on the basis of satisfactory evidence to be the person,O whose name)is re subscribed to the within instrument and acknowledged to me thatEe/she/they executed the same in his her/their authorized capacity(, and that by fits/her/their signaturew on the instrument the persong or the entity upon behalf of which the personA 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 hand and official seal. Signature GUADALUPEL.SANDDVAI o COMM. #2D15515 A Notary Publie -California o a San Bernardino County Comm, fres Agar. 26, 2617 'Seal) OPTIONAL INFORMATION Although the information in this section is not required by low, it could prevent fraudulent removal and reattachment of this acknowledgment to on unauthorized document and may prove useful to persons relying on the attached document. . Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of City of Newport Beach Bond No. PRF9172290 - Faithful Performance Bond containing 1 pages, and dated January 26, 2015 The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attorney-in-Fact Fact L] CorporateeOExecutive Vice President ❑ Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: Names) of Persong) or Entry(les) Signer is Representing Method of 5lgner ldentlh[ation Proved to me on the basis of satisfactory evidence LQ form(s) of identification 0 credible witness(es).'. Notarial event is detailed in notary journal on: Page # Entry # Notary contact:_ Other _ [] Additional 5igner(s) ❑ signer(s)Thumbprmt(s) , El 0 Copyright 20072014 Notary Rotary, Inc. PO Box 41400, Des Moines, IA 50311-0507, All Rights Reserved. Item Number 101772. Please contact your Authorized ACKNOWLEDGMENT State of California County of }ss. On 20 before me, Notary Public, personally appeared 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/herltheir signatures(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 hand and official seal. Signature ACKNOWLEDGMENT State of k3etftrvals Connecticut County of Hartford }ss. (seal) On January 26 2015 before me, Danielle M. Bechard , Notary Public, personally appeared Aiza Lopez 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 signatures(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. Dante lle M. Bachand WITNESS m hand and official seal. Notcry Public•Connecticut My Commission Expires June 30, 2015 Signatur`e Danielle . Bachand (saal) ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full fora and effect on the date hereof, do hereby nominate, constitute, and appoint Jeannette PORRINI, Stacy RIVERA, Aiza LOPEZ, Elana V. SANCHEZ and Erin L. KIERNAN, all of Hartford, Connecticut, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this Sth day of December, A.D. 2014. ATTEST: Secretary Eric D. Baines ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND .cG�i...... •� xxt�d' s Ilk^ eae -g I - V K/,/ a Vice President Than as O. McClellan State of Maryland County of Baltimore On this 8th day of December, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swam, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seat the day and year first above written. Vol, .` Maria D. Adamski, Notary Public My Commission Expires: July 8, 2015 POA -F 1420587E EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All Insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. in addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employers Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Elecnor Belco Electric, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Elecnor Beico Electric, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 0413. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to .the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a Elecnor Belco Electric, Inc. Page C-3 self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Elecnor Belco Electric, Inc. Page 0-4 CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 3/9/15 Dept./Contact Received From: Raymund Date Completed: 3/9/15 Sent to: Raymund By: Company/Person required to have certificate: Elecnor Belco Electric Inc Type of contract: All Others Chris GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/7/14-6!7115 A. INSURANCE COMPANY: Old Republic Insurance Company B. AM BEST RATING (A-: VII or greater): A:XI C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? 0 Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? E. ADDITIONAL INSURED ENDORSEMENT — please attach F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 1, PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? K. ELECTED SCMAF COVERAGE (RECREATION ONLY): L. NOTICE OF CANCELLATION: II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/7/14-6/7/15 1,000,000/2,000,000 ® Yes ❑ No ■ ■ a ■ ❑ Yes ® No ® N/A ❑ Yes ❑, No ❑ N/A ® Yes ❑ No A. INSURANCE COMPANY: Old Republic Insurance Company B. AM BEST RATING (A-: VII or greater) A:XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 6/7114-6/7115 A. INSURANCE COMPANY: Old Republic Insurance Company B. AM BEST RATING (A-: VII or greater): A:XI C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) 1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY C+�9011ILIIt1N1►IIMI.11Ilk VA V BUILDERS RISK Approved: a�;k Agent of Aliiant Insurance Services Broker of record for the City of Newport Beach 3/9/15 Date ® N/A ❑ Yes ❑ No ►1 ■ - ■ ►� ■ ■ 00 ■ RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL FY 2014-2015 STREETLIGHT IMPROVEMENT PROJECT CONTRACT NO. 5818 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 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. 5818 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 2. 3 Lump Sum Mobilization and Demobilization @'rYJRVTY 11+6V#eoIlars Z'0 and Cents 2—(f 000 . W $ ?-4/000.011 Per Lump Sum Lump Sum Traffic Control I-WWAIDollars and 7-cyu Cents Z(J1 000.0'0 $ 200uou . ov Per Lump Sum 4 EA Replace and Install New Type it (31'-3") Standard (Ameron Cat. No. 6-131-31-F8) and GE 130 watt, 10,300 lumen (#E RS2-3-HX-EX-5-40-4-G RAY), 240 volt LED luminaire S&vEu @ T►fi11LXAV-10 Dollars and 7/000.00 I-VyLo Cents $ $ Zai rmy •� Per Each PR2of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5 EA Replace and Install New Type III (12'-3") Standard (Ameron Cat. No. 7-132-1213) and GE 84 watt, 6,300 lumen #E13 C -3 -C3 -41 -P -L- -B-GRAY), 240 volt LED luminaire ( I vvkTht UC0 @ TJX 1V^09'0-bollars 2Gno and Cents $ q� 300. I -20 -OT ZI �a•av Per Each 5. 25 EA Replace Existing Luminaire on Existing Streetlight Standard with New GE 130 watt, 10,300 lumen (#ERS2-3-HX- EX-5-40-4-GRAY), 240 volt LED luminaire SI (-HT 14VOQID 2f -V @_ Dollars and Cents $ '924 -OD $ Za,sUv Per Each 6. 117 EA Replace Existing Luminaire on Existing Streetlight Standard with New GE 54 watt, 4,000 lumen (#ERS1.3-BX- EX-5-40-4-GRAY), 240 volt LED luminaire Sr -Veli Hvrroalw @ Dollars and Z�Yt� Cents $ 7� •� $ �7 �'lSD • Uti Per Each 7. 63 EA Replace Existing Luminaire on Existing Streetlight Standard with New GE 84 watt, 6,300 lumen (#EPTC- 3-C3-41 -P-L-4-B-G RAY), 240 volt LED luminaire Dtj C -rHv usthJD @, TWO Nn IU19 Dollars and 1u Cents $ t / u o . uo $ 7 Si too . W � Per Each 8. 1 EA Remove and Salvage Existing Streetlight Standard ONI✓ THVu9A+40 @ TWO N 00tW Dollars and Vie ' Cents $ I UU • cm $ t i 2 -OU, w Per Each PR3of7 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 9. 1 EA Relocate Existing Type II Streetlight Standard Onto New Foundation IfWL" -TA uS Irr4 n @ 1WO Nr 0iZjeD Dollars and ZVr2,0 Cents $ 3,200-n $ 3, 2u0•y0 Per Each 10. 1 EA Reset Existing Streetlight Standard to Grade on New Foundation @ TWO PVPPQ W Dollars and ZLsYLo Cents $ I, 20G . n$ Zo 0 . vo Per Each 11. 4 EA Rotate Existing Streetlight Standard (*IE TH.Ouc* W @ FI Ve. Wn 64C. Dollars and Z�i2o Cents $ t i X10 • U'b $ %, U0 0 . al Per Each 12. 1 EA Remove Existing Mast Arm and Luminaire, Install New 8' Dual Mast Arm with New GE 130 watt, 10,300 lumen (#ERS2.3-HX-EX-5-40-4-GRAY), 240 volt LED luminaire T1rwo Tito d tAT_r0 @67141+T 0VttRrVDollars UIP and Cents $ 2, oo.ov $ Z, $00. Uo Per Each 13, 5 EA Clean and Paint Existing Mast Arm @ 016" 140400 Dollars and 14(d O o. dy ?.CN Cents $ kU 01 $ Per Each 14. 34 EA Re -grout Existing Street Light Standard Tlk(Lf C N JO Y2.W @ %1/ Dollars and Z M►20 Cents $ 3Q . n $ 0 1900-P Per Each PR4of7 TOTAL ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15, 100 EA Remove and Replace Existing Pull Box @NILM-676211 Dollars and 2Z -A4 Cents $ 36( $ 3 q, go o . m Per Each 16, 5 EA Remove Existing Pull Box and Connect Conduit. Reconstruct Driveway Approach per CitStd. Plan No. 163-L, width per Plan NW rll-dv ren @ FIVE" W4&6V Dollars Z and nts $ y�,no • w $ 2Z, Serio . yr Per Each 17. 11 EA Remove Existing Pull Box and Connect Conduit Sgvev N vWoA-W @ 5/XZ%/ Dollars I and Z_r" Cents $ Per Each 18. 250 EA Furnish and Install New #3-1/2 F Concrete Pull Box Tb1L Cf, hVf4P4A0-> @ lc --j Dollars and30 • UO Zt�t-t) $l, sed. uo $ $ Per Each 19. 3 EA Furnish and Install New #5 F Concrete Pull Box @ 07 (-/nlOtl'� Dollars and Cents $ SSU • U'� $ j 5"0 U . Uv Per Each 20. 2 EA Furnish and Install New Single -Meter Type III -BF Service Cabinet PI)ULTh'"SAVO @ S/A 14w\A94" Dollars 7_C04 �, �, 20 0. rA Cents $ $ Per Each PR5of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 21. 1 EA Remove Existing and Install New Single -Meter Type III -BF $er�l�rIce Cabinet ONS TI @, F0/E i -}Jr ILA9 Dollars ?. yLU and Cents $ (f 57 u. U-0 Per Each 22. 2 EA Modify Existing Type III -BF Service Cabinet G14?+T lfvr-fof W @ MOM Dollars and h'0 Cents $ X d • ud $ l i78a . w Per Each 23. 1 EA Remove and Salvage Existing Series Service Disconnect SLrVr7w HVr4yLCV @ Dollars and -72 cf. Uv Cents $ Z`f' $ Per Each 24. 215 EA Furnish and Install New 1" PVC Conduit with 248 Insulated Conductors and 148 bare conductor Dollars and Z i1`9 (oi d moo. Uo Cents $ $ Per Each 25. 23,000 LF Furnish and Install New 1-1/4" PVC Conduit with 2- #8 Insulated Conductors and 148 Bare Conductor Dollars andZe"yLo Cents $ . U'd $ 3 (o 91 opt U'D Per Linear Foot 26. 500 LF Furnish and Install New 1-1/4" PVC Conduit with 448 Insulated Conductors and 148 Bare Conductor @ rijuw1-�1 Dollars and ltf.UO -7 m a• vo Cents $ $ Per Linear Foot PR6of7 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL PRICE 27. 100 LF Furnish and Install New 2" PVC Conduit With 848 Insulated Conductors and 148 Bare Conductor Dollars and ?—K'0 Cents $ Z 3 • l)� 2 3ov -n $ Per Linear Foot 28. 18,000 LF Furnish and Install New 248 Insulated Conductors and 148 Bare Conductor @ Dollars and s�X?y 2 / v • (!� $ Per Linear Foot 29. 1,200 LF Furnish and Install New 448 Insulated Conductors and 148 Bare Conductor @ 4/x Dollars ZED and Cents $ ' !f $ %12 0 U • UO Per Linear Foot 30. 10 EA Furnish and Install New Conduit into Existing Pull Box. Splice New to Existing Conductors. Furnish and Install New 248 Insulated Conductors and 148 Bare Conductor FW Vl - Ov/,ty -ev @ Dollars and 2-4e:K.4 Cents $ 4' $ �/ 6� • !/b Per Each 31. 25 EA Remove Existing Series Conductors Prior to Installing New Conductors. Remove Existing Pull Box and Connect Existing 1-1/4" Conduit @ 6I6/tt' PfVN 4W Dollars and 7-0014 Cents $ fSOG Uo $ Z0, pOd •vu Per Linear Feet PR7of7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT AND UNIT PRICE WRITTEN IN WORDS UNIT TOTAL PRICE PRICE 32. Lump Sum Remove Existing Series Conductors _fes @ IrRd '►`fb Dollars Z>✓l6 and Cents 3, 0 o u • n$ 3, vay , w Per Lump Sum 33. 10 EA Trim Brush and/or Tree @ 1W# *W dlo Dollars and Z 5XA Cents $ Zoo ' OT$ Zy Oro Per Each 34 ; Lump Sum 35, Lump Sum Remove All USA Markings and Restore Pavement Surfaces @ Two Thousand Dollars and Zero Cents $ 2,000.00 Per Lump Sum Provide As -Built Drawings @ Three Thousand Dollars and Zero Cents $ 3,000.00 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS Nf t4 e J fy fj hyLer 'nWtr,-Vy yM r -M THU lghr,J� Dollars N 1"Qr, I,Jd r` 1Z.K > G L 401-Y —ice/ Iti q and 2-C1� Cents $ 12019 k y Uti Total Price (Figures) 12/18/2014 Date (909) 993-5470 Fax (909) 993-5476 Bidder's Telephone and Fax Numbers Bidders email: jwong@),elecnor.com Electric, Inc. I Gong; Vice P e. Adent d is Author ed Signature and Title PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS FY 2014-2015 STREETLIGHT IMPROVEMENT PROJECT CONTRACT NO. 5818 PARTI 2 GENERAL PROVISIONS 1 SECTION 2—SCOPE AND CONTROL OF THE WORK 1 2-6 WORKTOBEDONE 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 5-7 ADJUSTMENTS TO GRADE 3 5-8 SALVAGED MATERIALS 3 SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF 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 6-11 Sequence of Construction 5 SECTION 7 --RESPONSIBILITIES OF THE CONTRACTOR 5 7-8 PROJECT SITE MAINTENANCE 5 7-8.5.1 Steel Plates. 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 and Barricades 6 7-10.4 Safety 7 7-10.4-1 Safety Orders 7 7-10.5 "No Parking" Signs 7 7-10.7 Notices to Residents and Businesses 7 7-15 CONTRACTOR'S LICENSES 8 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS 8 SECTION 9 ---MEASUREMENT AND PAYMENT 8 9-3 PAYMENT 9 9-3.1 General 9 PART2 16 CONSTRUCTION MATERIALS 16 SECTION 201-- CONCRETE, MORTAR, AND RELATED MATERIALS 16 201-1 PORTLAND CEMENT CONCRETE 16 201-1.1.2 Concrete Specified by Class 16 201-2 REINFORCEMENT FOR CONCRETE 16 201-2.2.1 Reinforcing Steel 16 SECTION 209— ELECTRICAL COMPONENTS 16 209-2 MATERIALS 16 209-2.1 Electroliers 16 209-2.2 Anchor Bolts 16 209-2.3 Conduit 17 209-2.4 Wire 17 209-2.9 Photocells 17 PART3 18 CONSTRUCTION METHODS 1a SECTION 300 ---EARTHWORK 18 300-1 CLEARING AND GRUBBING 18 300-1.3 Removal and Disposal of Materials 18 300-1.3.1 General 18 300-1.3.2 Requirements 18 300-1.5 Solid Waste Diversion 18 SECTION 303 --CONCRETE AND MASONRY CONSTRUCTION 19 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 19 303-5.1 Requirements 19 303-5.1.1 General 19 303.5.5 Finishing 19 303-5.5.1 General 19 SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General SECTION 310 ---PAINTING 310-5.3 Painting Galvanized Surfaces 400-2 UNTREATED BASE MATERIALS 19 19 21 21 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FY 2014-2015 STREETLIGHT IMPROVEMENT PROJECT CONTRACT NO. 5818 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. E -5073-S); (3) the City's Standard Special Provisions (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including Supplements; and 5) Caltrans Standard Specifications (Latest Edition). Copies of the Standard Special Provisions 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 mobilization, providing traffic control, distributing construction notifications, concrete improvements, installing, removing and relocating street lighting facilities, furnishing and installing street lighting facilities and appurtenances, restoring grout caps, potholing, and all other items to complete work in place." 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 Engineer to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall 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. Page 1 of 22 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 ............................................ 15 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 Specifications and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. Page 2 of 22 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." 5-7 ADJUSTMENTS TO GRADE. The Contractor, at his cost, shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor, at his cost, shall replace all City - owned water valve boxes, covers, and associated hardware with new 4TT boxes and covers if damaged and/or needs to be adjusted to grade. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T, cable television, and other utility companies to have existing facilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing street light standards and luminaires, service disconnects, pull boxes, utility manhole (including grade rings), meter or valve box covers, and all removed cast iron pipes as identified by the Engineer. Salvaged materials shall be delivered to Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City of Newport Beach Utilities Division at (949) 644-3011. SECTION 6 ---PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: `The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of ten working days prior to commencing any work. The schedule may be bar chart or GPM style. The Contractor shall complete the new service installations prior to commencing other items of work. 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 the Contractor has exerted extra effort to meet the original schedule and has demonstrated 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," Page 3 of 22 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within 100 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 1 St (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 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If January I5; 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 4th, November 11th December 24th December 25th or December 316t falls on a Saturday, the Friday before is a holiday. if a working day conflicts with City -approved special events, the Contractor shall modify working day/hours to accommodate said event. 6-7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m., Monday through Friday. All work requiring the closure of vehicular travel lane(s) along Irvine Ave shall take place between 9:00 a.m. and 3:00 p.m. only. 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 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m. to 6:00 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 $216.00 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 $500.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 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. Page 4 of 22 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." 6-11 Sequence of Construction. All work pertaining directly to furnishing and installing the service cabinets shall be completed prior to all other work. For each new service location all coordination with SCE and the City shall be signed off and written confirmation provided to the Engineer from SCE documenting the meter connection and energizing schedule. Work shall be completed to the satisfaction of the Engineer prior to proceeding with the remaining scheduled work. The Contractor shall be responsible for obtaining a written "Notice -to -Proceed" from the Engineer prior to starting additional contract work. The Contractor shall schedule all work to minimize the inconvenience to the public. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-8 PROJECT SITE MAINTENANCE 7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on heavily traveled roadways; as determined by the Engineer, shall be pinned and recessed flush with existing pavement surface." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during saw cutting 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.newportbeachca.gov/publieworks.- 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. Not placing 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. Page 5 of 22 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 (W.A.T.C.H.), latest edition, 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 City right-of-way or property 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 showing typical closures and detour plans(s). The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Traffic control and detours shall incorporate the following items: A traffic control plan is required for work along and affecting Irvine Avenue and shall be prepared and signed by a California registered Traffic Engineer. 2. Emergency vehicle access shall be maintained at all times. 3. All advanced warning sign installations shall be reflectorized and/or lighted. Page 6 of 22 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. Sidewalk closures in nonresidential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 7. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 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 $1.54 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, which are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 Notices to Residents and Businesses. Ten working days prior to starting work, the Contractor shall deliver a construction notice to residents and businesses Page 7 of 22 Within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents and businesses a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a valid "A' or "C-10° Contractor's License. The Contractor shall have maintained a contractor's license for at least five years and completed, at a minimum, three comparable sized streetlight series conversion projects. Projects and contacts shall be listed in the Technical Ability and Experience Reference sheet. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a valid Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS-BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer of Record or City Inspector shall be documented on the "As -Built" drawings. It shall be the contractor's responsibility to arrange for the appropriate changes to be made to the final drawing set, and present both a corrected Mylar hard copy and a compact disc (CD) with each drawing sheet saved as a .PDF as described in the City of Newport Beach Design Criteria Standard Special Provisions & Standard Drawings for Public Works Construction 2004 edition (revised June 23, 2008). The "As -Built" Mylar plans and CD 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 Page 8 of 22 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 and Demobilization: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for mobilization, providing bonds, insurance and financing, obtaining an equipment and material storage site, construction surveying, preparing the BMP Plan, potholing and exploratory work, preparing and updating construction schedule, providing submittals, attending all construction meetings, demobilization, completing all reporting documents, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for delivering all required notifications, posting signs and notifying residents and businesses. In addition, the Contractor shall submit to the Engineer - at least five working days prior to the pre -construction meeting - a traffic control plan showing typical closures and detour plan(s). A traffic control plan is required for work along and affecting Irvine Avenue and shall be prepared and signed by a California registered Traffic Engineer. The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plan. Typical closures shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H.), Latest Edition. Item No. 3 Replace and Install New Type 11 (31'-3") Standard (Ameron Cat. No. 6-131- 31-F8) and GE 130 watt, 10,300 lumen (#ERS2-3-HX-EX-5-40-4-GRAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing existing street light standard and installing new street light standard on existing foundation, as shown on plan or as directed by the Engineer; re -grouting; sawcutting; removing and disposing existing pavement section to accommodate improvements; furnishing and installing new GE 130 watt, 10,300 lumen, 240 volt LED luminaire with shorting cap; furnishing and installing double fuse holder with 5 amp fuses (Trop #HEX -AA) in adjacent pull box as per Detail 'C' as noted on the plans; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; installing pole number tag as directed by the Engineer; furnishing and installing sign(s) as directed by the Engineer; and all other items to complete work in place. Item No. 4 Replace and Install New Type 111 (12'-3") Standard (Ameron Cat. No. 7- 132-12P) and GE 84 watt, 6,300 lumen (#EPTC-3-C3-41 -P-L-4-B-G RAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing existing street light standard and installing new street light standard on existing foundation, as shown on plan or as directed by the Page 9 of 22 Engineer; re -grouting; sawcutting; removing and disposing existing pavement section to accommodate improvements; furnishing and installing new GE 84 waft, 6,300 lumen, 240 volt LED luminaire with shorting cap; furnishing and installing double fuse holder with 5 amp fuses (iron #HEX -AA) in adjacent pull box as per Detail 'C' as noted on the plans; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; installing pole number tag as directed by the Engineer; furnishing and installing sign(s) as directed by the Engineer; and all other items to complete work in place. Item No. 5 Replace Existing Luminaire on Existing Streetlight Standard with New GE 130 watt, 10,300 lumen (#ERS2-3-HX-EX-5-40-4-GRAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing the existing luminaire; furnishing and installing new GE 130 watt, 10,300 lumen, 240 volt LED luminaire with shorting cap on existing street light standard; furnishing and installing double fuse holder with 5 amp fuses (Tron #HEX -AA) in adjacent pull box per Detail 'C' as noted on the plans; and all other items to complete work in place. Item No. 6 - Replace Existing Luminaire on Existing Streetlight Standard with New GE 54 watt; 4,000 lumen (#ERS1-3-BX-EX-5-40-4-GRAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing the existing luminaire; furnishing and installing new GE 54 watt, 4,000 lumen, 240 volt LED luminaire with shorting cap on existing street light standard; furnishing and installing double fuse holder with 5 amp fuses (Tron #HEX -AA) in adjacent pull box per Detail 'C' as noted on the plans; and all other items to complete work in place. Item No. 7 Replace Existing Luminaire on Existing Streetlight Standard with New GE 84 watt, 6,300 lumen (#EPTC-3-C3-4 1 -P-L-4-B-G RAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing the existing luminaire; furnishing and installing new GE 84 watt, 6,300 lumen, 240 volt LED luminaire with shorting cap on existing street light standard; furnishing and installing double fuse holder with 5 amp fuses (Tron #HEX -AA) in adjacent pull box per Detail 'C' as noted on the plans; and all other items to complete work in place. Item No. 8 Remove and Salvage Existing Streetlight Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for rotating existing street light standard; resetting on existing foundation to grade; remounting existing mast arm and luminaire to match existing orientation; re -grouting; restoring surface (full panels) to match adjacent area including irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. The degree of rotation shall be 1801 or as directed by the Engineer during construction. Item No. 9 Relocate Existing Type II Streetlight Standard Onto New Foundation: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing existing foundation; relocating existing street light standard; Page 10 of 22 installing on new foundation; re -grouting; restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. Item No. 10 Reset Existing Streetlight Standard to Grade on New Foundation: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for resetting the existing street light standard on new foundation to grade per Detail 'D' as noted on plans; removing and disposing existing foundation; grouting; restoring surface (full panels) to match adjacent area including irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. Item No. 11 Rotate Existing Streetlight Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for rotating existing street light standard; resetting on new foundation to grade; remounting existing mast arm, luminaire, and signage to match existing orientation; re -grouting; restoring surface (full panels) to match adjacent area including irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. The degree of rotation shall be 180* or as directed by the Engineer during construction. Item No. 12 Remove Existing Mast Arm and Luminaire, Install New 8' Dual Mast Arm with New GE 130 watt, 10,300 lumen (#ERS2-3-HX-EX-5-40-4-GRAY), 240 volt LED luminaire: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing the existing luminaire; furnishing and installing new GE 130 watt, 10,300 lumen, 240 volt LED luminaires with shorting cap on existing street light standard; furnishing and installing double fuse holder with 5 amp fuses (Trop #HEX -AA) in adjacent pull box per Detail 'C' as noted on the plans; and all other items to complete work in place. Item No. 13 Clean and Paint Existing Mast Arm: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for cleaning, priming, and painting existing streetlight mast arm as directed and/or approved by the Engineer; and all other items to complete work in place. Item No. 14 Re -grout Existing Street Light Standard: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for re -grouting the existing street light standard on existing foundation to grade; restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other work items to complete work in place. Item No. 15 Remove and Replace Existing Pull Box: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing and disposing existing pull box; furnishing and installing new #3YZ F pull box, or as directed by the Engineer, concrete pull box per Detail 'B' as noted on the plans; installing 24" of additional wiring and coil (pigtail) within pull box; removing existing abandoned conduit and conductors; removing pavement; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other items to complete work in place. Page 11 of 22 Item No.16 Remove Existing Pull Box and Connect Conduit. Reconstruct Residential Driveway Approach per City Std. Plan No. 163-L: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing and disposing existing pull box, connecting the existing conduit with new appropriate -sized conduit and fittings, backfilling, compacting, and restoring surface (full panels) to match adjacent area including landscaping and irrigation systems, and all other work items to complete work in place. Work also includes removing existing driveway and installing new PCC driveway per City Std. Plan No. 163-L. Item No. 17 Remove Existing Pull Box and Connect Conduit: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing and disposing existing pull box, connecting the existing conduit with new appropriate -sized conduit and fittings, backfilling, compacting, and restoring surface (full panels) to match adjacent area including landscaping and irrigation systems, and all other work items to complete work in place. Item No. 18 Furnish and Install New #3-1/2 F Concrete Pull Box: Work under this item shall include; but not limited to, the cost of all labor, equipment and materials for furnishing -and installing.#3% F,concrete pull box, or as directed by the Engineer, per Detail. B' and Detail 'C' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; removing pavement; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other items to complete work in place. Item No. 19 Furnish and Install New #5 F Concrete Pull Box: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing and installing #5 F concrete pull box, or as directed by the Engineer, per Detail 'B' and Detail 'C' as noted on the plans; installing minimum 24" of additional wiring and coil (pigtail) within pull box; removing pavement; backfilling, compacting, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems; disposing of excess excavated materials; and all other items to complete work in place. Item No. 20 Furnish and Install New Single -Meter Type III -BF Service Cabinet: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing, constructing, installing new single -meter stainless steel Type III -BF Myers service cabinet as directed by the Engineer, base/foundation, and electrical components per CNB STD -206-L; installing 3" PVC conduit with pullrope from service cabinet to adjacent SCE service point as required by SCE; coordinating with the Engineer and SCE for service connection and core drilling; connecting conductors and wiring; providing new Type V photoelectric cell and 60 amp contactors and 2-2P 20 amp breakers for the required circuits; labeling circuits per NEC; installing twist -lock photo electric cell with shield facing away from traffic within cabinet; removing pavement, excavating, backfilling, compacting, disposing of excess excavated materials, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems as directed by the Engineer, temporary patching or plating, controlling ground and surface water, and all other items to complete work in place. The Page 12 of 22 Contractor shall complete all work relating to installing or modifying service cabinets, including, but not limited to, furnishing and installing equipment, coordinating with SCE, and ensuring the new system is operational. Work shall be completed to the satisfaction of the Engineer prior to proceeding with remaining scheduled work. Item No. 21 Remove Existing and Install New Single -Meter Type III -BF Service Cabinet: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for furnishing, constructing, installing new single -meter stainless steel Type III -BF Myers service cabinet as directed by the Engineer, base/foundation, and electrical components per CNB STD -206-L; installing 3" PVC conduit with pullrope from service cabinet to adjacent SCE service point as required by SCE; coordinating with the Engineer and SCE for service connection and core drilling; connecting conductors and wiring; providing new Type V photoelectric cell and 60 amp contactors and 2-2P 20 amp breakers for the required circuits; labeling circuits per NEC; installing twist -lock photo electric cell with shield facing away from traffic within cabinet; removing pavement, excavating, backfilling, compacting, disposing of excess excavated materials, restoring surface (full panels) to match adjacent area including landscaping and irrigation systems as directed by the Engineer, temporary patching or -. plating, controlling ground and surface water, and all other items to complete work in place. Item No. 22 Modify Existing Type III -BF Service Cabinet: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for modifying the existing Type III -BF service cabinet to provide new 60 amp contactors and 2-2P 20 amp breakers for the required circuits; coordinating with the Engineer and SCE; connecting conductors and wiring; labeling circuits per NEC; installing twist -lock photo electric cell with shield facing away from traffic within cabinet; and all other items to complete work in place. The Contractor shall complete all work relating to installing or modifying service cabinets, including, but not limited to, furnishing and installing equipment, coordinating with SCE, and ensuring the new system is operational. Work shall be completed to the satisfaction of the Engineer prior to proceeding with remaining scheduled work. Item No. 23 Remove and Salvage Existing Series Service Disconnect: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing existing series service disconnect, electrical components, and appurtenances; coordinating with SCE for service disconnection; removing pavement foundation, excavating, backfilling, compacting, disposing of excess excavated materials, restoring surface (full panels) to match adjacent area including irrigation systems as directed by the Engineer; disposing of excess excavated materials; temporary patching or plating; controlling ground and surface water; and all other items to complete work in place. Item No. 24 Furnish and Install New 1" PVC Conduit with 248 Insulated Conductors and 148 bare conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1" PVC conduit with 248 insulated conductors, 1#8 bare conductor, and appurtenances to make required connections from adjacent pull box to street light Page 13 of 22 standard; and all other items to complete work in place. Existing foundations to be reused shall have entire grout cap removed and foundation chipped or core drilled for new 1" PVC conduit from adjacent pull box to pole base as directed by the Engineer. Backfill with concrete cement, install new grout cap, and restoring surface (full panels) to match adjacent area including landscaping and irrigation systems as directed by the Engineer. Conduit ends shall be sealed with ductseal or approved equal. Item No. 25 Furnish and Install New 1-1/4" PVC Conduit with 248 Insulated Conductors and 148 Bare Conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1-114" PVC conduit with 248 insulated conductors, 148 bare conductor, and appurtenances to make required connections, wiring, and all other items to complete work in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be installed under sidewalk/parkway/street or as directed by the Engineer. Item No. 26 Furnish and Install New 1-1/4" PVC Conduit with 448 Insulated Conductors and 148 Bare Conductor: Work under this item shall include, but not - limited -to, the -cost -of all labor, equipment and materials for excavating, backfilling, furnishing and installing new,1-1/4" PVC conduit with 448 insulated conductors, 148 bare conductor, and appurtenances to make required connections, wiring, and all other items to complete work in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be installed under sidewalk/parkway/street or as directed by the Engineer. Item No. 27 Furnish and Install New 2" PVC Conduit with 848 Insulated Conductors and 148 Bare Conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 2" PVC conduit with 848 insulated conductors, 148 bare conductor, and appurtenances to make required connections, wiring, and all other items to complete work in place. Conduit ends shall be sealed with ductseal or approved equal. Conduit shall be installed under sidewalk/parkway/street or as directed by the Engineer. Item No. 28 Furnish and Install New 248 Insulated Conductors and 148 Bare Conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 248 insulated conductors, 148 bare conductor, and appurtenances in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other items to complete work in place. Conduit ends shall be re -sealed with ductseal or approved equal. Item No. 29 Furnish and Install New 448 Insulated Conductors and 148 Bare Conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 448 insulated conductors, 148 bare conductor, and appurtenances in existing conduit; removing, salvaging, and/or disposing existing wiring; and all other items to complete work in place. Conduit ends shall be re -sealed with ductseal or approved equal. Item No. 30 Furnish and Install New Conduit into Existing Pull Box. Splice New to Existing Conductors. Furnish and Install New 248 Insulated Conductors and 148 Bare Page 14 of 22 Conductor: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new conduit (size as noted on Plans) into existing pull box; splicing new 248 insulated conductors, 148 bare conductor, to existing conductors; removing, salvaging, and/or disposing existing wiring; and all other items to complete work in place. Conduit ends shall be re -sealed with ductseal or approved equal. Item No. 31 Remove Existing Series Conductors Prior to Installing New Conductors. Remove Existing Pull Box and Connect Existing 1-1/4" Conduit: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing existing series conductors within existing conduit as noted on Plans, installing new conductors as noted on Plans in existing/new conduit, removing and disposing existing pull box, connecting the existing conduit with new appropriate -sized conduit and fittings, backfilling, compacting, and restoring surface (full panels) to match adjacent area including landscaping and irrigation systems, as directed by the Engineer; and all other work items to complete work in place. Item No: 32 -'Remove-Existing Series Conductors: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for removing, salvaging and delivering, or disposing existing series conductors within existing conduit as noted on Plans, abandoning conduit, and as directed by the Engineer; and all other work items to complete work in place. Item No. 33 Trim Brush and/or Tree: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for trimming/removing existing brush and/or trees as directed by the Engineer; disposing of materials; and all other items to complete work in place. This item may be removed or reduced in the contract at the City's discretion and no compensation shall be made for bid items removed or reduced. Item No. 34 Remove All USA Markings and Restore Pavement Surfaces: Work under this item shall include, but not limited to, removing all USA markings within the work area and cleaning all pavement and sidewalk surfaces to pre -construction condition. Sandblasting is not permitted. Item No. 35 Provide As -Built Drawings: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for marking up Contract drawings with as -built conditions and all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to payment request. Page 15 of 22 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." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be Epoxy -coated Grade 60 steel conforming to ASTM A 775 with 2 -inch minimum cover unless shown otherwise on the plans." SECTION 209 — ELECTRICAL COMPONENTS 209-2 MATERIALS 209-2.1 Electroliers. Street Light standards shall conform to the City of Newport Beach Standard Special Provisions and Detail 'D', as noted on the plans. Luminaire Mast Arms (LMA) for Type I & II Standards shall be Ameron 4' & 8' LMA, respectively. Mast arms shall include top mount aluminum 4' & 8' LMA assembly with removable top cap. Luminaires for New Multiple Circuits LED Luminaires shall be: GE Evolve LED Post Top 84 watt 6,300 Lumen, 240 volt, EPTC-3-C3-41-P-L-4-B-GRAY GE Evolve LED Roadway 54 watt 4,000 Lumen, 240 volt, ERS1-3-BX-EX-5-40-4-GRAY • 130 watt 10,300 Lumen, 240 volt, E RS2-3-HX-EX-5-40-4-G RAY Contact: Pacific Lighting Sales, Pete Stevens (949) 597-1633. LED luminaires shall be warranted a minimum of 10 years from the date of project acceptance. 209-2.2 Anchor Bolts. Anchor bolts shall conform to the Detail Sheet as noted on the plans. Page 16 of 22 209-2.3 Conduit. Unless otherwise noted on the plans, conduit shall be 1'/a" Schedule 40 PVC per Detail 'N and Detail'B' as noted on the plans. 209-2.4 Wire. Wiring for street lighting shall consist of 2#8 insulated conductors for each circuit with 1#8 bare copper wire for grounding. Each street lighting circuit shall be color coded. Refer to project plans for color codes for each circuit. Fuse holders shall be model TRON #HEX -AA and contain Mersen/Ferraz Shawmut Normal Blow GGUS 5A 120V Glass Fuses. Pull boxes shall be Eisel Enterprises No. 3'/2 F or No. 5F or pre -approved equal per Detail 'B' as noted on the plans. Type III -BF single -meter stainless steel service cabinets shall conform to the requirements of Detail'A' as noted on the plans. 209-2.9 Photocells. Photocells shall be Fisher Pierce, twist lock. Photocells installed on service cabinets shall include control relays. Photocells on luminaires shall include shorting caps. Page 17 of 22 PART 3 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.newportbeach. ca.gov/generalservices" 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-Y2 inch" of the last sentence with the words "two (2) inches". 300-1.5 Solid Waste Diversion. Non -reinforced clean 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. Page 18 of 22 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." 303-5.5 Finishing 303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C., stamped concrete, pavers and brick within private or public property damaged during construction in a manner that matches the adjoining areas in structural section, texture and color." SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall be responsible for ensuring that no tree roots are pruned or cut that could compromise the stability of the tree." The Contractor shall arrange to meet for this work with the City's Urban Forester, Mr. John Conway at (949) 644-3083 a minimum of five workdays prior to beginning the work. The Contractor shall describe the method of pruning and removing minor tree roots that may be encountered during construction. The Urban Forrester will decide at that time if a formal submittal is required for review by the City. If the Contractor encounters large tree roots, he/she shall cease and immediately contact the City's Urban Forrester for inspection. Urban Forrester may require the Contractor to formally submit a large roots to the City for review. Page 19 of 22 work at that location Upon inspection, the plan for removing the The submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a., This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 4. Root Barrier a. Following the root pruning process, root barriers shall be installed per Standard Plans for Public Works Construction (SPPWC), latest edition, Standard Plan 523-2, and Standard Specifications for Public Works Construction, latest edition. Page 20 of 22 SECTION 310 ---PAINTING 310-5.3 Painting Galvanized Surfaces. Add to this section: Painting of street light mast arms shall include the following: • Krylon Rust Tough Prime Galvanizing Primer (aerosol). Product No. RTA9255 • Krylon Rust Tough Preventive Enamel (aerosol), Battleship Gray. Product No. RTA9206 Paint shall be installed per manufacturer's recommendations. Page 21 of 22 mNO 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements. Add to this section: 'The Contractor shall use crushed miscellaneous base as the base materials." Page 22 of 22 CITY OF NEWPORT BEACH City Council Staff Report January 27, 2015 Agenda Item No. 22 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Peter Tauscher, Civil Engineer PHONE: (949) 644-3316 TITLE: 2014-2015 Streetlight Improvement Project — Award of Contract No. 5818 (CAP15- 0014) ABSTRACT: In an on-going effort to rehabilitate the City's aging streetlight system by increasing reliability and energy efficiency and decreasing future maintenance costs, staff requests City Council approval to award the 2014-2015 Streetlight Improvement Project to Elecnor Belco Electric, Inc. of Chino, California. RECOMMENDATION: a) Approve the project plans and specifications; b) Reject the low bid received from Horizons Construction Company International, Inc. (Horizons) as non-responsive; c) Award Contract No. 5818 to Elecnor Belco Electric, Inc. (Belco), for the total bid price of $930,484.00 and authorize the Mayor and the City Clerk to execute the contract; d) Establish a contingency of $94,516.00, approximately 10 percent, to cover the cost of unforeseen work; and e) Approve Budget Amendment No. 15BA-026 appropriating $80,000.00 from Account No. 7015- C1002044 (General Fund project savings from San Miguel Park Restroom project) to Account No. 7013- C2201000 (General Fund Streetlight Replacement program). FUNDING REQUIREMENTS: It is recommended that project savings realized from the San Miguel Park Restroom project, recently completed this fiscal year, be appropriated to this project account. Upon approval of the budget amendment, sufficient funding is available for the award of this contract. The following funds will be expended: 22-1 Account Description Account Number Amount General Fund 7013-C2201000 $ 1,035,000.00 Total:$ 1,035,000.00 Proposed uses are as follows: Vendor Elecnor Belco Electric, Elecnor Belco Electric, TBD DISCUSSION: Purpose Inc. Construction Contract Inc. Construction Contingency SCE Meter Service/Printing/Incidentals Amount $ 930,484.00 $ 94,516.00 $ 10,000.00 Total:$1,035,000.00 At 10:00 a.m. on December 18, 2014, the City Clerk opened and read the following bids for the 2014-2015 Streetlight Improvement Project: BIDDER Low Horizons Construction Company International, Inc. 2 Elecnor Belco Electric, Inc. 3 International Line Builders, Inc. 4 High Light Electric, Inc. 5 California Professional Engineering, Inc. 6 Dynalectric - An EMCOR Company 7 Asplundh Construction Corporation 8 PTM General Engineering 9 Select Electric, Inc. 10 Minaka America Corporation 11 Village Green Global * Non-responsive ** As read amount $875,697.50 *** As read amount $929,984.00 **** As read amount $1,338,675.00 ***** As read amount $1,475,703.56 TOTAL BID AMOUNT $ 884,147.50* ** $ 930,484.00*** $ 938,590.00 $1,038,888.00 $1,098,820.00 $1,161,694.00 $1,338,795.00**** $1,427,327.00 $1,475,696.00***** $1,620,660.00 No Pricing Provided* Pursuant to the contract stipulations the contractor shall have completed three comparable streetlight projects. A review of the low bidder, Horizons Construction Company International, Inc.'s bid package revealed they did not have any street lighting experience. Additional documentation to justify their technical expertise was requested in a letter dated December 19, 2014, however, no information was provided. Therefore, staff recommends Horizons' bid be deemed non-responsive. The second low bidder, Elecnor Belco Electric, Inc., possesses a California State Contractors License Classification "A" as required by the project specifications. A check of Belco's references indicates satisfactory completion of similar capital improvement projects for other public agencies and municipalities. Belco's total bid amount is approximately seven percent below the Engineer's Estimate of $1,000,000.00. The work for this contract includes removing 214 streetlight fixtures, installing new energy efficient LED streetlight fixtures, and upgrading three existing streetlight circuits per the City's Streetlight Replacement Master Plan. The work area includes Irvine Avenue from Sherrington Place to Dover Drive and the Westcliff neighborhood. The original project budget only anticipated upgrading two streetlight circuits. As 22-2 Public Works prepared the preliminary concepts and schematics, it decided to add a third street lighting circuit (36 streetlights) to the design and bidding. Although the project slightly exceeds the existing budget, staff estimated that this additional investment would advance future street light construction from next year and replace the last remaining obsolete incandescent streetlight circuits. This additional work is recommended and will remove an additional series circuit and provide on-going savings due to much lower energy cost and reduced maintenance of this obsolete and inefficient circuit. The estimated annual energy and maintenance cost savings associated with this project is $70,000, which provides an approximately 13 year cost recovery period. Saving projections will be confirmed by Southern California Edison data upon project completion. Pursuant to the contract specifications, the contractor will have 100 consecutive working days to complete the work. ENVIRONMENTAL REVIEW: This project is exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15302 (replacement of existing facilities involving negligible expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. ATTACHMENTS: Description Attachment A - Location Map Attachment B - Letter to Horizons Construction Company International. Inc. dated 12/19/14 Attachment C - Budget Amendment 22-3 JOHN WAYNE AIRPORT F� FF CITY OF COSTA MESA P CITY OF VICTORIA ST m �P /�6D IRVINE m ��P UPPER :HEwPOR7 w 2� 5P 1 ......... BAY w\ �� 3 �L �W- i 4r bn iii ///b l PAc/p/c oo b* v BAt80A ocEAN a PROJECT LOCATIONS 1 - SLD CIRCUIT 0067 2 - SLD CIRCUIT 0074 3 - SLD CIRCUIT 0076 A NTS 2014-2015 CITY OF NEWPORT BEACH STREETLIGHT IMPROVEMENT PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP C-5818 1/27/15 22-4 ATTACHMENT B CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT David A. Webb, Public Works Director December 19, 2014 Kinan Kotrash Horizons Construction Company International, Inc. 432 W. Meats Avenue Orange, CA 92865 Subject: 2014-2015 Streetlight Improvement Project - Contract No. 5818 Dear Mr. Kotrash, Pursuant to our recent telephone conversation and following a review of your bidding documents dated December 18, 2014 regarding to the 2014-2015 Streetlight Improvement Project, you are aware, Horizons Construction Company International, Inc. (Horizons) is the apparent low bidder with a bid of $884,147.50. A review of your technical ability and experience did not include any electrical work. Page 8 of 22 of the Special Provisions states "The Contractor shall have maintained a contractor's license for at least five years and completed, at a minimum, three comparable sized streetlight series conversion projects. Projects and contacts shall be listed in the Technical Ability and Experience Reference sheet." As the primary contractor you need to show Horizons has experience working with high voltage series circuit. Currently, you have not illustrated you have the experience or technical ability to complete this project. If you would like to submit additional documentation as required contract documents showing Horizons ability to perform quality work for our consideration and the City Council's consideration. Please submit this information to me before 12:00 p.m. on December 22, 2014. If satisfactory information is not provided Horizons' bid will be considered non-responsive. Should you have any questions about this matter, please contact me at (949) 644-3316. Sincerely, Peter Tauscher, P.E. Project Engineer Cc: Mark Vukojevic, Deputy Public Works Director/City Engineer Leonine Mulvihill, Deputy City Attorney 100 Civic Center Drive a Post Office Box 1768 a Newport Beach, California 92660 (P.O. Box 92658-8915) Telephone: (949) 644-3330 • Fax: (949) 644-3308 • www.newoortbeachca.00v 22-5 ATTACHMENT C City of Newport Beach BUDGET AMENDMENT 2014-15 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance =vol AUATIMP NO. BA- 15BA-026 AMOUNT:$s0,o6o.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To transfer expenditure appropriations from the San Miguel Park Restroom project to the FY15 Streetlight Improvement project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit REVENUE ESTIMATES (3601) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7015 Parks Account Number C1002044 San Miguel Park Restroom $80,000.00 Division Number 7013 Street Account Number C2201000 Streetlight Improvement Program / ' Automatic System Signed: Signed: Signed: Approval: Finance Approval: City Manager City Council Approval: City Clerk l- ao-lS Date � Zo Date Date 22-6