Loading...
HomeMy WebLinkAboutC-4414 - Oasis Audio and Visual System1 . �L I'... i OFFICE OF THE CITY CLERK Leilani I. Brown, MMC December 13, 2011 Ms. Lisa Perrine Cibola Systems Corporation 11 E 370' Street ".- ' r -' CcJpr-eeSS Sana, CA 92701 C1 611t \ l2 ,CA Q D N - Subject: OASIS Audio & Visual System (C-4414) Dear Ms. Pennine: On December 6, 2011, 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 35 days after the Notice of Completion. had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 27, 2010. Reference No. 2010000698787. The Surety for the contract is the Indemnity Company of California and the bond number is 349356P. [•'i:-iii„^C1 1� toP..Cai%i:"Cli T'pr fi.l?'rnclnl'e Bund. Sincerely, 4 k . bw�"- Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us OFFICE OF THE CITY CLERK Leilani I. Brown, MMC December 13, 2011 Ms. Lisa Perrine Cibola Systems Corporation 1118 E. 171h Street Santa Ana, CA 92701 Subject: OASIS Audio & Visual System (C-4414) Dear Ms. Perrine: On December 6, 2011, 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 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 27, 2010. Reference No. 2010000698787. The Surety for the contract is the Indemnity Company of California and the bond number is 349356P. Enclosed is the Faithful Performance Bond. Sincerely, 0 .- �� Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www. city. newport-beach. ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 The Bond Premium is subject to adjustment based on the Final BOND NO. 349356P Contract Price. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,831. being at the rate of $ 20. per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Cibola Systems Corporation, hereinafter designated as the "Principal", a contract for construction of OASIS SENIOR CENTER AUDIO & VISUAL SYSTEMS, Contract No. 4414 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4414 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Indemnity company of California 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 Two Hundred Forty -One Thousand, Five Hundred Sixty -Two and 001100 Dollars ($241,562.00) 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. 32 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of January 2010. Lisa Perrine, CEO Cibola Systems Corporation (Principal) Indemnity Company of California Name of Surety 500 N. Brand Blvd., H 1120, Glendale CA Address of Surety (818) 552-6125 Telephone Angelo Maroutsos, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CoC! N tl RAC OR AND SURIETY MUST RE ATTACHED 33 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263-3300 KNOW ALL MEN BY THESE PRESENTS, that as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint: ***Kathy Robb, Angelo Maroutsos, Timothy Maudsley, jointly or severally*** as their true and lawful Aflomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Affomey(s)-In-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of Ne acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of fire following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the affomey(s) named in the Powers ofAdorn ey to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney: - RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st 2008 uD 9y. N - Stephen TPate, Senior Vice President >y4-�O�paRqFy'� �CvO�pPOq� C ,. m. o FsEa 3wi 010 �_., h ri Tru yr. �..= OCT -0. By o -1 8 3 8 > Ac`. -5 1967 O y �+ Charles L. Day, Assistant Secretary 0 IOW".*dap• (/FOH�\P a\. Stale of California ov - County of Orange - On January lst 2008 before me, ChdstooherJ Roach Notary Public Date Here Insert Name and Title of the Officer personally appeared Stephen T Pate and Charles L Day Name(s) of Signer(s) t �4 :: Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) Were 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 hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I curtly under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand CERTIFICATE J. Roach The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. +I, �� This Certificate is executed in the City of Irvine, California, the is day of V"'N t-!.r•vy,200 B .L - Albert Hillebrand, Assist ' 10-1380(Wet)(Rev.07/07) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Carl? a if is County of 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify undet)PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and c ct. S my hand an official seal. ft �` Signamrc of N11ary Public C01% N , ',,...,p LISA LAGUATAPI WON COMM. #1655720 NOTARYPUBLC- CALIFoNNIA y LOS ANGELES COUNTY p _ W Comm. Etyma JIM. 28, 2013 2 ADDITIONAL OPTIONAL INFORMATION D0JCRIPTION OF THE p 9` ATTACHED ,^DOCUMENT (Tit t e or dese ' tio1n� attached document) (Tit e or description of (ached document coni ted) Number of Pages ,�' Document Date -- a (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) Attorney -in -Fact ❑ Trustee(s) ❑ Other v12.10.07 800-873-9865 (Seal) 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 carejdly for proper notarial wording and attach this form ifrequired. • State and County information must be the State and County where the document signer(s) personallyappeared 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 corect 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 FORMA ALIC -PU POS E CERTIFICATE O F ACKNOWLEDGMENT State of California County of On / -u0--2 personally appeared who proved to me on the basis of satisfactory evidence to be the persoUKwhose name�s5 ism subscribed to the within instrument and acknowledged to me that.467slie/lbey executed the same in Wsfher/,tkd`r authorized capacity(i<, and that by his/her/tl if signaturels)-oh the instrument the persor,(sj 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 official seal. DOMINIC V. MESTAS Commission 0 1663653 Notary Public - Calilornin —Sfit r'ature of Notary Pubb - J t7�oary Seal) a Orange County n My Comm. Eu Tres lop10, 2013 + ADDITIONAL OPTIONAL INFORMATION DES�CRIPTIOON 0 T E ATTACHED DOCUMENT (Tule or dgscnph��had document) (Title or description of attached document continued) Number of Pages _�'7_ Document Date J—/ _/0 (Additional information) FCAPACITYMED BYTHESIGNERl (s) Officer e)n-Fact rustee(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 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. !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 documentcarefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signers) 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 plum] forms by crossing off incorrect forms (i.e. be/sheltbey- 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 0.e. CEO, CFO, Secretary). r Securely attach this document to the signed document Z �f 9 - • •! ,• Ql �•� . }t f 1. u �( i �s� ,fib �il�.. r OFFICE OF THE CITY CLERK Leilani I. Brown, MMC February 8, 2011 Ms. Lisa Perrine Cibola Systems Corporation 1118 E. 17d, Street Santa Ana, CA 92701 Subject: OASIS Audio & Visual System (C-4414) Dear Ms. Perrine: On December 6, 2010, 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 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on December 27, 2010, Reference No. 2010000698787. The Surety for the contract is the Indemnity Company of California and the bond number is 349356P. Enclosed is the Labor & Materials Payment Bond. Sinc erely, 6v'-� �- Leilani I. Brown, MMC City Clerk Enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 The Bond Premium is included under the Performance Bond. BOND NO. 349356P LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Cibola Systems Corporation, hereinafter designated as the "Principal," a contract for construction of OASISSENIOR CENTER AUDIO & VISUAL SYSTEMS, Contract No. XXXX in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4414 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, Indemnity Company of California duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety) are held firmly bound unto the City of Newport Beach, in the sum of Two Hundred Forty -One Thousand, Five Hundred Sixty -Two and 001100 Dollars ($241,562.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. Oil The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 18th day of January '20110. Lisa Perrine, CEO Cibola Systems Corporation (Principal) Indemnity Company of California Name of Surety 500 N. Brand Blvd., #1120, Glendale, CA Address of Surety (818) 552-6125 Telephone Angelo Maroutsos, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF Os®IItlTR9- C u OR AND SURE 11 11 MUST BE ATTACHED >eQ?�-1� , kli�� KWIC 29 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19726, IRVINE, CA 92623 (949) 263-3300 KNOWALL MEN BY THESE PRESENTS, that -as except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint ***Kathy Robb, Angelo Maroutsos, Timothy Maudsley, jointly or severally*** as their Nie and lawful Aftomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as surefies, bonds, undertakings and contracts of surety- ship giving and granting unto said Aftomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Afforney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the aftomey(s) named in the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any cer8ficate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January 1st, 2008. personally appeared ,. � ._-., yCHR15T0PHER 3�Fi0AC 4 rp ,.r' ,�SCONIM tl11745939�3��i NOAifil: P418LiC GAUANIAt$) -dfiANAE .r,,.P1F'fY_acu�• -..P:iB-e'f ff�d�Tlti.�¢tf65+m'�1Q ,GUT;T)r Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislher/their authorized capacity(ies), and that by histhen'their slgnature(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 We and correct. WITNESS my hand and offi iall Seal. Signature9—=e�-� Chrer J. Roach CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California,'�tl ia, the I ay of 0 avi &,6it'1 ,;2O 10 By cl Albert Hillebrand, Assistant ecretary 10-1380(Wel)(Rev.07107) ,n _ 6y. AND p RgTND ,o Stephen T. Pate, Senior Vice President r yJ`t�bP�Fa`-i �g40QA C zf 4 OGT<5 ~2U' By: a YO Eo OCT Charles L. Day, Assistant Secretary s % 1936 '. 1967S P as State of California County of Orange On January 1st. 2006 before me, Christopher) Roach Notary Public Date Here Insert Name and Title of the Officer personally appeared ,. � ._-., yCHR15T0PHER 3�Fi0AC 4 rp ,.r' ,�SCONIM tl11745939�3��i NOAifil: P418LiC GAUANIAt$) -dfiANAE .r,,.P1F'fY_acu�• -..P:iB-e'f ff�d�Tlti.�¢tf65+m'�1Q ,GUT;T)r Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislher/their authorized capacity(ies), and that by histhen'their slgnature(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 We and correct. WITNESS my hand and offi iall Seal. Signature9—=e�-� Chrer J. Roach CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California,'�tl ia, the I ay of 0 avi &,6it'1 ,;2O 10 By cl Albert Hillebrand, Assistant ecretary 10-1380(Wel)(Rev.07107) CALIFORNIA RILL—PURPuSE CERTIFICATE FI[cCATE ®IF ACKNOWLEDGMENT State ofIV—L�t� County ti On(-1�..[o 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 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 my hand and official seal. Public N :. LISA LAWATAN MNC� y COMM. 01895720 NOTARY PUBLIC-CAUFORX4% G, LOS ANGELES COUNTY 'N Ni !M Comm. Eq�= JU1t. 25, 0113 If ADDITIONAL OPTIONAL INFORMATION DE96A'=� TION OF THE ATTACHED DOCUMENT Lnscrip �on of atta4hed document) 1 AVIA - (Title or description of attac d document continued) Number of Pages '72 Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ e �j Attorney-ey- in-Fact ❑ Trustee(s) ❑ Other v12.10.07 800-873-9865 (Seal) 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 farm ifrequired • 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 most 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)L,- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression most 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 fond. • 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 (� On 1—.2,0-10 personally appeared before me, /VJ 0/ (Here insert name and title of the Icer) who proved to me on the basis of satisfactory evidence to be the personi(<whose nand ism subscribed to the within instrument and acknowledged to me that.hshe/thy executed the same i ts/her/thee authorized capacity(ie< and that byX`s7her/thEir signatur4<on the instrument the perso or the entity upon behalf of which the persor*syacted, 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. DOMINIC V. MESTAS WITNESS my ha nd official seal. Commission # 1863663 -� Notary Public - California z z Orange County Sig eofNcmry Public Nota Seal) My Comm. Ex Tres Sep 10, 2013 r ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED 139CUMENT (Title or des phone ched doe ent) itle or description of attached document continued) Number of Pages 21 Document Date_LLf'—PQ (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2uut➢ version CAVA v12.11).07 8UO-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Caltfornia 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 ifrequired. • Stale 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 foots (i.e. he/she/theyr is /ara) 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 ..'�i L� RECORDING REQUESTED BY AND 1 4b an, 1?l) 1110 WHEN RECORDED RETURN TO: 10 a, 0.000 au000o00 City Clerk City of Newport Beach 3300 Newport Boulevard 1 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION ION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Cibola Systems Corporation. of Santa Ana, California, as Contractor, entered into a Contract on February 2, 2010. Said Contract set forth certain improvements, as follows: Oasis Senior Center Audio & Visual Systems — (C-4414) Work on said Contract was completed, and was found to be acceptable on December 6. 2010, by the City Council. Title to said property is vested in the Owner, and Ike Suety for said Contract is Indemnity Company of California. M VERIFICATION Works Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. E at Newport Beach, California. �r �m w v� SOU W-� Z M VERIFICATION Works Director Newport Beach I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. E at Newport Beach, California. OFFICE OF THE CITY CLERK Leilani I. Brown, MMC December 10, 2010 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: Oasis Senior Center Audio & Visual Systems — (C-4414) Please record the enclosed document and return it to the City Clerk's office. Thank you. Sincerely, Ze Leilani I. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 - www.city.newport-beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Cibola Systems Corporation. of Santa Ana, California, as Contractor, entered into a Contract on February 2. 2010. Said Contract set forth certain improvements, as follows: Oasis Senior Center Audio & Visual Systems — (C-4414) Work on said Contract was completed, and was found to be acceptable on December 6. 2010, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Indemnity Company of California. M Vbrks Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on M City Clerk at Newport Beach, California. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item December 6, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Peter Tauscher, Junior Engineer 949-644-3316 or ptauscher@newportbeachca.gov SUBJECT: OASIS SENIOR CENTER AUDIO & VISUAL SYSTEMS -COMPLETION AND ACCEPTANCE OF CONTRACT NO. 4414 ISSUE Staff requests approval to accept the OASIS Audio and Visual Systems, Contract No. 4414, as complete. RECOMMENDATIONS 1. Accept the completed work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION Summary of Completed Construction Contract Total Contract Final Cost at Benchmark Actual Contract Time Amount Completion Target Contract Time Under (-) (days) or Over (+) $241,562.00 $240,453.84 Contract -0.5% Plus 10% *The Contractor, Cibola Systems, was instructed to complete work in concert with the General Contractor's schedule. All scheduling benchmarks needed for audio and visual systems' operation were met by the contractor. OASIS —anior Center Audio & Visual Systems Completion and Acceptance of Contract No. 4414 December 6, 2010 Page 2 On January 12, 2010, City Council authorized the award of OASIS Senior Center Audio & Visual Systems contract to Cibola Systems (Cibola) at a contract cost of $241,562.00. The contract included furnishing and installing a majority of the audio and visual system at the OASIS Senior Center which included televisions, amplifiers, microphones, audio/visual input carts, projectors, control panels, and training staff. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual cost of bid items constructed: Change Orders Final contract cost: A summary of the project schedule is as follows: Estimate Completion Date per July 2010 Schedule Project Award for Construction Actual Construction Completion date: $241,562.00 $239,204.50 $1,249.34 $240,453.84 October 10, 2010 January 12, 2010 October 21, 2010 The final overall construction cost, including four change orders, was 0.5 percent below the original bid amount. The change orders are detailed below: Item No. Description Amount 1 Exchange 65" plasma for 60" LCD televisions -$6,438.00 2 Furnish/install 46" LCD and install City owned television 3,799.34 3 Furnish/install two computers for digital signs 1,392.00 4 Furnish/install smaller amplifier in exercise room 2,496.00 Total Project Change Orders $ 1,249.34 ENVIRONMENTAL REVIEW On December 9, 2009, the City Council approved Mitigated Negative Declaration ND2008-002 for the New OASIS Senior Center and the temporary trailer complex constructed in the parking lot off 51b Street across from the site. PUBLIC NOTICE The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Prior to starting work, two City -prepared construction notices were distributed by the contractor to the nearby residents advising them of the work. OASIS —nior Center Audio & Visual Systems Completion and Acceptance of Contract No, 4414 December G , 2010 Page 3 Total Proiect Cost Total project expenses, including incidentals, are summarized as follow: Construction $240,453.84 Incidentals 436.87 Total Project Cost $240,890.71 FUNDING AVAILABILITY Funds for the construction contract were expended from the following accounts: Account Description OASIS Senior Center Rebl Total Construction Cc Prepared by: Peter Tauscher Junior Engineer Attachment: Location Map Account Number Amount 7453-C1002007 $ 240,453 $ 240,453.84 Submitted by: ;n G. Badum Works Director . o .. �-AA4C4# o ... 47 ... •� ►oo��000 'QW!� oo moo..••. ... ,•moo � �•� �� �� � •. O �� �� O� O O� O` O ►� �O � O 00 For CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC December 10, 2010 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following project: • Oasis Senior Center Audio & Visual Systems — (C-4414) Please record the enclosed document and return it to the City Clerk's office. Thank you. Sincerely I �� j Leilani I. Brown, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Cibola Systems Corporation. of Santa Ana, California, as Contractor, entered into a Contract on February 2, 2010. Said Contract set forth certain improvements, as follows: Oasis Senior Center Audio & Visual Systems — (C-4414) Work on said Contract was completed, and was found to be acceptable on December 6. 2010, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Indemnity Company of California. NM Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on �Oj-r,,/20� n at Newport Beach, California. 0 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 A.M. on the 17th day of December, 2009, at which time such bids shall be opened and read for Oasis Senior Center Audio & Visual Systems Contract No. 4414 $270,000.00 Engineer's Estimate Public Works Director Prospective bidders may obtain one set of bid documents for $20.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Bidders are required to attend the MANDATORY pre-bid meeting at the Oasis Senior Center on December 8"d, 2009 at 2:00 PM. Your bid will be considered non-responsive if you do not attend the pre-bid meeting. Contractor License Classification required for this project: "C-7" For further information, call Peter Tauscher, Project Manager at (949) 644-3316 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: htto:l/www, N ewoortBeachCA.aov CLICK: Online Services/ Bidding & Bid Results 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 TABLE OF CONTENTS NOTICE INVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...................................................................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................7 NON -COLLUSION AFFIDAVIT.....................................................................................11 DESIGNATION OF SURETIES.....................................................................................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA.......................................................................15 INFORMATON REQUIRED OF BIDDER......................................................................16 NOTICE TO SUCCESSFUL BIDDER..........................................................................19 CONTRACT..................................................................................................................20 LABOR AND MATERIALS BOND.................................................................................26 FAITHFUL PERFORMANCE BOND.............................................................................28 PROPOSAL............................................................................................................... PR -1 SPECIAL PROVISIONS............................................................................................SP-1 ra CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ISSUED BY AGENCY PRIOR TO 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. 340336, C-7 Contractor's License No. & Classification Cibola Systems Corporation Bidder Authorized Signalurel T & O9 Date Bond Premium: N/A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 441 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 ($io% of Amount Bid), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of OASIS SENIOR CENTER AUDIO & VISUAL SYSTEMS, Contract No. 4414 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 litn day of December , 2009. Cibola Systems Corporation Name of Contractor (Principal) Indemnity Company of California Name of Surety 500 N. Brand Blvd., Suite 1120, Glendale, CA Address of Surety (SIB) 552-6125 Telephone Angelo Maroutsos, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of QM14V_� On Lit/fh txGb 2 before me, �tti Vk�s /Volt -V (Here insert name and Otle of the offs personally appeared ( l�ii G `/Ff2 �rLIC�nEJ who proved to me on the basis of satisfactory evidence to be the perso� whose natpj sM islale subscribed to the within instrument and acknowledged to me thatkerle/executed the same i ts/herAWir authorized capacity(je, and that b�/her/ tr signaturA-sron the instrument the persooK, or the entity upon behalf of which the personated, 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. DOWNIC V. IMSTAS WITNESS my hand and official seal. ConMn188110 # 1868899 Notary Pubk - CaMomla _ZziOCommwee 0.Y019+ Si reof Notary Public „wtary Seal} ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT 10 (Title descrip'honofattached ocument) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer C_ r—CLD (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v]2.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Calforma mast 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 a 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 cmefullyfm proper notarial wording andadach 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 fors by crossing off incorrect forms (i.e. helshefkhey- is tare) or circling the correct fonas. 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 for. • Signature of the notary public must match the signature on file with the office of the county clerk. 0 Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. 4 Indicate title or type of attached document, number of pages and date. O 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 •. 0 POWER OF ATTORNEY FOR DEVELOPERS SUREfYAND INDEMNIFY COMPANY INDEMNITY COMPANYOF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 2833380 KNOW ALL MEN BY THESE PRESENTS, thetas except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint ***Kathy Robb, Angelo Maroutsos, Timothy Maudsley, jointly or severally*** as their brie and IawfulAticmey(s)-in-Fad, to make, execute, deltver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attaney(s)-in-Fad full power and authority to do and to perform every act necessary, requisite or proper to be dare in connection therewith as each Of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the ads of said Attomay(s)-in-Fact pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st 2008. RESOLVED, that the chairman of the Board, the President end any Duce President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attaney(s) named In the Powers ofAttorney to execute, on behalf of the wporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney, RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power ofAftomey or to any certificate relating thereto by facsimile, and any such Power ofAdorney or certificate hearing such facsimile signatures shall be valid and binding upon the corporations when so affaed and in the fuWre witlr respect to any bond, undertaking or contract of suretyship ro which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have sevamy caused these presents to be signed by their respective Yce President and attested by their respective Assistant Secretary this January 1st, 2008. AND pANY Stephen T. Pate, Senior Vice President mJy"".� COQ p8o77;y By. -� 1 IS @ }�yW a 1987. Chortles L. Day, Assistant Secretary �' y A , tsj'' � . State of California County of Orange On January 18L 2DD8 before me, Christopher) Roach Notary Public Date Hae Insert Name and Title of the Officer personaly appeared Stephen T. Pate and Charles L. Day Name(s) of Sgner(s) Y t" t • •:3 P:. m- a, Plans Nobly Seal Above who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) Islare subscribed to the widhlh Instrument and acknowledged to me @hat hetsheMey executed the same In hislha/iheir au9wrized capacity(es), and that by hisrheddlek sgnature(s) on the Instrument the pawls), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under fie taws of the State of California that the foregoing paragraph is ove and correct. WITNESS my hand and oL5gal seal. Signature Ch eJ. Roach CERTIFICATE The undersigned, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the previsions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney, are In force as of the data of this Certificate. o wq? This Certificate is Executed in the City of Irvine, Caitlorme the I I k Cay of OR -CE -6c - eY.zyd --- Albert Hieebrend,Assistant Secretary I13-1380(Wet)(Rev.07107) CALIFORNIA ALL-PURMSE CERTIFICATE OF ACKNOWLEDGMENT State of Cali is County of ( > On A before me, bit(here insert name and rid f e officer) personally appeared t1 c 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 PEN LTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. . t LISA LAGUATAN VIN WITNES y hand and official seal. U) `` COMM. #1855720 raraarPt1BUC-catsow A p LOSANGELESO tarry , w cam Bob" rua 3114=3 Sigi amre of Notary Pub 0 (Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as DESCRIPTION OF THE ATTACHED DOCUMENT 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 (Title or description of attached document) 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 jor a notary in California (i.e. certifying the authorized capacity of the signer). Please check the (Title or description of attached document continued) document carefullyfor proper notarial wording and attach this form if required Number of Pages _ Document Date • 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. (Additional information) • The notary public must print his m 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ❑ Individual (s) he/sheAthey- is /era) or circling the carted forms. Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer • 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 (Title) sufficient area permits, otherwise complete a different acknowledgment form 0 p,rh„�,ts) ` Signature of notary public must match the signature on file with the office of �• Attorney-jn-Fact lthe the county clerk. +s Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. O Other 4 Indicate title or type of attached document, number of pages and date. G 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 CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com Indemnitv Company of California (a member of INSC001CO Group) A.M. Bast#:04048 NAIC #:25550 FEIN#.952545113 Address: 17780 Fitch. Suite 200 Phone: 949-2633-3300 Imne, CA 92614 Fax: 949-2521959 UNITED STATES Web: mm inscodico com Q Pnnr this pane �-Ttss mtmgfsesStgRed-' - �o-comPaniesAh»t -_RRVa IR OW X1:ntp6 �R3XC91Ie1$$ m Rating: A -(Excellent) Long -Term: a - Affiliation Code. 9 (Group) Outlook Stable Financial Size Category: Vil($50 Million to $100 Million) Action: Affirmed Outlook: Stable Date: June 24, 2009 Action: Affirmed Effective Date: June 24, 2009 " Denotes Under Review Ratings See ratingdefinitions Reports and News Visit our News44Room for the latest news and press release i for this company and its A.M. Best Group. ;7.URY_-�2,�i�1 11 a� s$P9iU���__.. R 7U. i ACKNOWLEDGMENT 0 ................................................•.............................t State of California County of On Public, personally appeared ss. before me, , Notary ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their 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 la s of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ........... u......... u...... Date of Document Type or Title of Document Number of Pages in Document in a Foreign (seal) ..... men .................... .................� OPTIONAL INFORMATION Type of Satisfactory Evi ence: Personally Kno n with Paper Identification Paper Identifi tion Credible Wi ess(es) Thumbprint of Signer ❑ Check here if Capacity of Signer: no thumbprint Trustee or fingerprint _ Power of Attorney is available. CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: 6 0 AC ............................................ State of California County of }ss. On before Public, personally appeared 0 ......... W." .................... Notary \ proved to me on the basis of satisfa ory 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 pacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the Otity 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 trueAhd correct. WITNESS my hand and�6 cial seal. Signature (seal) ................4.................................0 u.............. a........... OPTIONAL INFORMATION Date of Document Type or Title of Do ument Number of Paqe in Document Document in a goreign Language Type of SatisfaEtory 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: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. 7 --------------------- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of ail 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 t. of Number Total Bid Name: None Address: Phone: State License Number. Name: Address: Phone: State License Number: Name: Address: Phone: State License Number. Cibola Systems Corporation -Z" Authorized Signaturerf e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidders Name Cibola Systems Corporation 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 $25,000, provide the following information: No.1 Metropolitan Water District Project Name/Number Headquarters Boardroom and Committee Rooms Project Description Technology Upgrade Approximate Construction Dates: From 11/08 To: 12/09 Agency Name Metropolitan Water District Contact Person Bruce Wilcox Telephone ( ) 213-217-6000 1,518,952 1,539,859 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Audiovisual equipment changes 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 0 0 No. 2 Project Name/Number San Diego City Employees Retirement System Project Description Boardroom Approximate Construction Dates: From 4/07 To: 8/07 Agency Name San Diego City Employees Retirement System Contact Person Patrick Lane Telephone ( ) 619-525-3630 130,838 Original Contract Amount $ Final Contract Amount $ 132, 608 If final amount is different from original, please explain (change orders, extra work, etc.) Audiovisual equipment changes 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 Coast Community College District Project Description Boardroom, Training Room, Voting System Approximate Construction Dates: From 1/08 To: 7/08 Agency Name Coast Community College District Contact Person Annette Trujillo ( ) 714-438-4600 167,594 167,594 Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A 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 0 No. 4 Project Name/Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Final Contract Amount • If final amount is different from original, please explain (cj(ange orders, extra work, etc.) Did you file any claims against the Agency? De Agency file any claims against you/Contractor? If yes, briefly explainfind indicate outcome of claims. No. 5 Project Name/Number Project Description Approximate Construction Agency Name Contact Person From To: Telephone ( Original Contract Am6unt $ Final Contract Amount $ If final amount is d erent from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 11 • 0 No. 6 Project Name/Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 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 on this project 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. Cibola Systems Corporation Bidder EPA Au zed Signatu itis In the sport of basketball there are always 'go -to' players. Meaning, certain players inevitably get the ball in clutch situations. Which is why you might say senior designer Benjamin Djou is Cibola's Michael Jordan. He performs as one member of a championship team, but he is clearly a go -to guy. Very few Cibola projects do not have his fingerprints on them. Originally from Hong Kong, Benjamin possesses sought -offer skills that help drive the wide-ranging audiovisual consulting services we offer to architects and their clients, including substantial experience with computer-aided design. His ability to conceptualize group communications meeting spaces, and then perfectly integrate sophisticated media equipment into those spaces, is astonishing. Yes, he's that good. Benjamin also brings a precise registered engineer's discipline to all of our projects, while applying his boundless energy to every facet of the Design Group's activities. His influence is everywhere. As a result, each project has a unique and emphatic creativity. Like a Michael Jordan slam dunk. • Works with architects to refine and realize their audiovisual space designs • Coordinates with electrical and data engineers • Consults on all aspects of AV infrastructure, acoustics, sound and lighting • Supervises Cibola's Design Group Annenberg Cultural Pavilion, Century City Edwards LifeSciences, Irvine First American NOC & Briefing Room, Santa Ana Heller Ehrman Offices, San Francisco, Los Angeles, Madison, Menlo Park, London LAPD Headquarters Relocation, Los Angeles The California Endowment Headquarters, Los Angeles MPAA, Sherman Oaks Yahoo Regional Offices, Santa Monica, New York, Dallas Univision, Puerto Rico, Houston, Fresno Bachelor of Science, Electrical Engineering California State Polytechnic University, Pomona, CA Professional Engineer, Electrical (Reg. No. E014747) "Cibola offers a nurturing environment for talent and creativity, with an organic approach to a Client's needs. It places their audiovisual purpose, place and process first. No other firm in this business does what we do." Project: Oasis Senior Center Date: Wed 12116/09 cable pulls Critical Critical Split Critical Progress Task Split Task Progress 4 daysl Wed 2 days Wed Baseline - -- Baseline Split ...... Baseline Milestone O Milestone Summary Progress Summary �1 Page 1 Project Summary External Tasks External Milestone Deadline b Oasis Senior Center AV Installation Schedule ID B Task Name Duration Start Finish Predeces Resource Names 1 ® AV Bid Submission 0 days Thu 12/17/09 Thu 12117/09 Cibola 2 Bid Process 3.5 wks Thu 12/17/09 Mon 1111110 1 City 3 0 AV Bid Award 0 wks Tue 1112110 Tue 1/12/102 City 4 Notice to Proceed 2 wks Wed 1113/10 Tue 1/26/10 3 City,Cibola 5 ® AV Procurement 3 wks Wed 1/27/10 Tue 2116/10 4 Cibola 6 0 Receive equipment 1 day Wed 2117110 Thu 2118/10 5 Cibola 7 raq Build racks 2 wks Thu 2/18/10 Thu 314/10 6 JCibola 8 Software 2 wks Wed 2117110 Tue 312110 5 Cibola 9 Test AV systems in house 2 wks Thu 314110 Thu 3/18110 7,8 Cibola 10 a Fitness Center cable pulls 1 wk Mon 617110 Fd 6111110 Cibola 11 Fitness Center Clean 4 days Mon 6114110 Fri 6118110 GC 12 Install Fitness Center AV systems 2 days Mon 6121110 Wed 6/23/10 11,10 Cibola 13 Test Fitness Center AV systems 2 days Wed 6123/10 Fri 6125110 12 Cibola 14 Admin Building cable pulls 2 wks Mon 715110 Fri 7116110 10 Cibola 15 n{�i dmin Building Clean 5 days Tue 7120110 Wed 7128/10 GC 16 I linstall Admin Buildino AV systems I 2wksl Wed 7/28/101 Wed 8111110 14,15 Cibola Project: Oasis Senior Center Date: Wed 12116/09 cable pulls Critical Critical Split Critical Progress Task Split Task Progress 4 daysl Wed 2 days Wed Baseline - -- Baseline Split ...... Baseline Milestone O Milestone Summary Progress Summary �1 Page 1 Project Summary External Tasks External Milestone Deadline b THIS CONFIRMS THAT Obola Systems Meets the requirements of the InfoComm AV Solutions Provider program demonstrating commitment to professional education and certification of its employees as InfoComm Certified Technology Specialists. 0 &#bcomm" ExomUon Date 12/31/2009 . Jay Regina, CTS, PresMent Intocomn International, Inc. Oasis Senior Center Implementation Team • E 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 NON -COLLUSION AFFIDAVIT State of California ) County of orange ss. Lisa Perrine being first duly swom, deposes and says that he or she is of Cibola Systems Corporatigyd party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. 1 declare under penalty of perjury of the laws of the State of Ca omia that the foregoing is true and correct Cibola Systems Corporation r Bidder Authorized Signatu le Subscribed and sworn to (or affirmed) before me on this /6A day of�. 2009 by Z 4C4 1, f ,t !'�iZiLir E �a or proved to me on the basis of satisfactory evidence to be the persopWwho appeared before me. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 1 - otary Publi [SEAL]FAe DOMINIC Y. MESTAS — Cammlarbrr • 1663Y Y P �"01 Notary Public • Callfomla _ M Commission Expires: / 3 my Orange County 13 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 DESIGNATION OF SURETIES Bidders name Cibola Systems Corporation 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): Pridemark-Everest Insurance Services, Inc. 1820 East First Street, Suite 500, Santa Ana, CA 92705 714-569-2700 Insco Insurance Services, Inc. (for Indemnity Company of California) 500 N. Brand Boulevard, Ste. 1120, Glendale, CA 91203 818-552-6125 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Cibola Systems Corporation Record Last Five (5) Full Years Current Year of Record U11 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 2008 2007 2006 2005 2004 Total 2009 No. of contracts 33 55 50 66 54 70 328 Total dollar 4,791,626 6,435,317 33,436, Amount of 7,954, 30 5,287, 36 Contracts (in 4,598,963 4,368, 92 Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 2 2 0 0 0 0 2 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment U11 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 Cibola Systems Corporation Business Address: 1118 E. 17th St., Santa Ana, CA 92701 Business Tel. No.: 714-480-0272 State Contractor's License No. and Classification: C-7, 340336 Title CEO The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title CEO If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name,. the fictitious name must be set forth. If bidder is a partnership or joint venture,• legal name of partnershipfioint venture must be provided, followed by signatures of all of the partnersloint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnershipfJoint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners Joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 9 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 ACKNOWLEDGEMENT OF ADDENDA Bidders name Cibola Systems Corporation The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: 17 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 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: Cibola Systems Corporation Business Address: 1118 East 17th Street, Santa Ana, CA 92701 Telephone and Fax Number: 714-480-0272 phone, 714-480-0768 fax California State Contractor's License No. and Class: 340336, C-7 (REQUIRED AT TIME OF AWARD) Original Date Issued: 7/22/77 Expiration Date: 4/30/2011 List the name and titletposition of the person(s) who attended the mandatory pre-bid meeting at the job site on December 8, 2009 for your firm and inspected the work proposed in these contract documents: JoAn Kenmotsu, Account Executive and Mitch Giffin, Systems Engineer The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Lisa Perrine, CEO 1118 E. 17th St., Santa Ana CA 92701 714-480-0272 Corporation organized under the laws of the State of ill California 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 I nterest 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; N/A Have you ever had a contract terminated by the owner/agency? if so, explain. No Havetyou ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did -you have any claims or actions by any outside agency or individual for labo compliance (i.e. failure to Pay prevailing wage, falsifying certified payrolls, etc.)?Yes No Are any claims or actions unresolved or outstanding? Yes No 19 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Cibola Systems Corporation Bidder on900� before me, personally ` appeared Lisa Perrine (Print name of Owner or President Of Corpor 'on/company Authorized SignatuWT CEO Title Date Notary Public, who proved to me on the basis of satisfactory evidence to be the persooKwhose name(,sf is& -t resubscribed to the within Instrument and acknowledged to me that h6/�s_hee!OW executed the same ingisiker/ it authorized capacfi/fj , and that by ttts her it signature the instrument the persoDOW,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. My Commission Expires: -k-2013 OTE 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 To the Honorable City Council , City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 4414 in accordance with the Drawings and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @ Ten Thousand Dollars and Zero Cents $ 10,000.00 Per Lump Sum 2. Lump Sum Audio and Visual Systems installation @ 221,847 Dollars and Zero Cents $ 221,847 Per Lump Sum 3. Lump Sum As -Built Drawings @ Five Thousand Dollars and Zero Cents $ 5,000.00 Per Lump Sum 0 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Audio and Visual Systems Training @ 4 , 715 Dollars and Zero Cents $ 4,715 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS Two Hundred and Forty -One Thousand, Five Hundred and Sixty-TNollars and Zero Cents Date 714-480-0272 (p) 714-480-0768 (f) Bidder's Telephone and Fax Numbers 340336, C-7 Bidder's License No(s). and Classification(s) 241,562 Total Price (Figures) Cibola Systems Corporation Bidder Bidder's Authorized I naturb and Title 1118 E. 17th St., Santa Ana CA 92701 Bidder's Address Bidder's email address: awilke@cibolasystems.com Last saved by ptauscherl 12312009 5:02 PM fluserslpbvAshareftontraclslfy 08-09basis senior center 0-38881av, cable, ffeloasis senior center audio and visual systems c44141avlc, 4414—proposal.doc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO.4414 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (rot 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 • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of Insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract Insurance companies affording coverage shall be (1) currently authorized by the insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Bests Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 21 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 CONTRACT THIS AGREEMENT, entered into thisq! day of "I , 2010, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Cibola Systems Corporation, a California corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: OASIS SENIOR CENTER AUDIO & VISUAL SYSTEMS The work necessary for the completion of this contract consists of procuring, furnishing, constructing and installing all of the audio and visual equipment, hardware, software, cabling, and equipment racks. The contract includes system maintenance, testing, warranties, system documentation, and training. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidders, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 4414, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents"). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 22 0 0 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Forty -One Thousand, Five Hundred Sixty -Two and 00/100 Dollars ($241,562.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Government Code 900 et seq.). E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Peter Tauscher (949)644-3316 Cibola Systems Corporation 1118 E. 17"' Street Santa Ana, CA 92701 714-480-0272 714-480-0768 Fax F. INSURANCE Without limiting Contractor's indemnification of City, andrip for to commencement of work. Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. Certificates of Insurance. Contractor shall provide original certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. 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. 23 City reserves the right to require complete, certified copies of all required insurance policies at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. 3. 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. 4. Coverage Requirements. a. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees 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 Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non-payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. b. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. c. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, 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 occurrence. 5. Deductibles and Self -Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City, its officers, officials, employees and 24 0 • volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 6. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its elected or appointed officers, agents, officials, employees, and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its elected or appointed officers, officials, employees, agents or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its elected or appointed officers, agents, officials, employees and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to the City. Any insurance or self-insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification/hold harmless provision contained in this Contract. vi. The insurer shall agree to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. b) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except atter thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. Timely Notice of Claims — Contractor shall give City prompt and timely notice of any claim made or suit instituted arising out of or resulting from Contractor's performance under this agreement. 25 All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 7. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 8. Right to Stop Work for Non -Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. G. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the'Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in G.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. 26 0 0 H. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. J. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. ATTEST: yne . Bea np Assistant City A r ey CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor CIBOLA SYSTEMS CORPORATION By: �i (Corporate Officer) Title: Print Name: CEO Lisa Perrine By: financial Officer) Title: CFO Print Name: Lisa Perrine Please note: Corporations must complete and sign both places above even if each office is held by the same individual 97___. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 The Bond Premium is included under the Performance Bond. BOND NO. 349356P LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Cibola Systems Corporation, hereinafter designated as the "Principal," a contract for construction of OASISSENIOR CENTER AUDIO & VISUAL SYSTEMS, Contract No. XXXX in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4414 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, Indemnity Company of California duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of Two Hundred Forty -One Thousand, Five Hundred Sixty -Two and 001100 Dollars ($241,562.00) 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 worts 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 specked in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 28 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civll Code so as to give a right of action to them or their assigns In any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 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 or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 18th day of January , 2010. Lisa Perrine, CEO Cibola Systems Corporation (Principal) Indemnity Company of California Name of Surety SOD N. Brand Blvd., #1120, Glendale, CA Address of Surety (818) 552-6125 Telephone Angelo Maroutsos, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Cil • • POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Boz 19725, IRVINE, CA 9'[523 (949) 283.3300 KNOW ALL MEN BY THESE PRESENTS, thalas except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, consuate and appoint: ***Kathy Robb, Angelo Maroutsos, Timothy Maudsley, jointly or severally*** as their trio and lawful Ahomey(s)tn-Fad, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship g'Ning and granting unto said Atiamey(s)-in-Fad full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the ads of said Attomey(s)4n­FacL pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the fallowing resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that the chairman of the Board, the President and any Vice President of the corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qualifying the attomey(s) named in the Powers of Attorney to execute, on behalf of the corporations. bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any ceNfioate relafing thereto by facsimile, and any such Power of Attorney or certificate bearing such fecsimfte signatures shall be valid and binding upon the oaporaticns when so affixed and In the future with respect to any band, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and attested by their respective Assistant Secretary this January tst, 2008. By: .:.AND:.Ey ,,gy�pp?ANY Stephen T. Pate, Senior Vice President �O P0 T �Ci"">cLp(Ayyq CST. By. 1 8 B nu 1987 Charles L. Day, Assistant Secretary State of California County of Orange On January 1st. 2008 before me, Christopher J. Roach Notary Public Date Hare Insert Name and Title of the Officer personally appeared Stephen T. Pale and Charles L. Day Nam r(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Istare subscribed to the within instrument and acknowledged to me that helsheAhey executed the same in hisPoerltheir adarzed caps hy(les), and that by histherlthelr signatures) on the Instrument the peraw(s), or the entity upon behalf of { which the person(s) acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of Caifomia that the foregoing paragraph Is true and correct. WITNESS my hand and CERTIFICATE The undermined, as Assistant Secretary, of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby car* that the foregoing Parer of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of sold corporations set forth in the Payer of Attorney, are in force as of the date of this Certificate. This Certificate Is executed In the City of Irvine, California,the D'�ay of �Gn 0.4rtA.o?OIQ BY' cJ AIDert Hillebrand, Asslstan15eaetary ID-1380(Wet)(Rev.07107) CALTFoRNIA ALL-PURP SE CERTIFICATE OF ACKNOWLEDGMENT State of C rniia '' County o V`kAk On ( - I X 1() before me, (here insert name and title of the Icer) VC personally appeared `Vl V 0 S 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 cc ect. USA LAGUATAN M W11 ESS my hand d official seal. C4 COMM. #185572O NOTARY PUSIX • CALIFORNIA tMANGUN COUNry Ny(', .EMM ANI At8 Signature maty Public (Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as DEStyty�IPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be /t ]_ properly completed and attached to that document. The only exception is if a r8Ar /i document is to be recorded outside of California. In such instances, any alternative /I (Tie r descripon of altta ed document) acknowledgment verbiage as may be printed on such a document so long as the I'`�- `i'/^ verbiage does not require the notary to do something that is illegal for a notary in by�� California (i.e. certifying the authorized capacity of the signer). Please check the (Title or description of attar d document coentinued) p document carefully for proper notarial wording and attach this form if required. Number OF Pages DOCU1noRt Date "i • State and County information must be the State and County where the document g signer(s) personally appeared before the notary public £or acknowledgment, • Date of notarization must be the dare that the signer(s) personally appeared which must also be the same dale the acknowledgment is completed. (Additional information) • 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ❑ Individual (s) ha/sbelOwt,- is /ere) or circling the correct forms. Failure to correctly indicate this information may lead in rejection of document retarding. ❑ Corporate Officer e 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 (Tide) sufficient area permits, otherwise complete a different acknowledgment form er(s) • Signature of the notary public must match the signature on file with the office of the county clerk. Attorney -in -Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other 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. CFA, CFO, Secretary). • Sccurely attach this document to the signed document CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com L 0 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of On 1-2-0-10 before me, personally appeared x4/i5 /vte (Here insert name and title of the Icer) who proved to me on the basis of satisfactory evidence to be the persoty(<whose nand ism subscribed to the within instrument and acknowledged to me that Xrshe/may executed the same ititiiI er/theff authorized capacity(iK,, and that by�/her/fir signature(<on the instrument the persorj(�or the entity upon behalf of which the persoryKacted, 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. -------------------- �fAIMC V. MESTAS WITNESS my lli_u4Land official seal. canult islon s Ilium Notary Public - CalBomla Oran" Coolly Si of Notary Public o all comm. tat 10,2015+ ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED D CUMENT (Title or des 'prion of heal doe ent) ,kTitle or description of attached document continued) Number of Pages 1?1 Document Date) !f %!® (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears abwe in the notary section or a separate acknowledgment form must be properly completed and Watched to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgmem 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 far a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefidlyfar proper notarial wording and attach this jorm ifrequired • State and County information must be the Stare and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarinrtion 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. helshekhey- is /ere) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression most be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, reseal 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. O Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. A 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 The Bond Premium is subject to adjustment based on the Final BOND NO. 349356P Contract Price. FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 4,831. being at the rate of $ 20, per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Cibola Systems Corporation, hereinafter designated as the 'Principal", a contract for construction of OASIS SENIOR CENTER AUDIO & VISUAL SYSTEMS, Contract No. 4414 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 4414 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Indemnity company of California . duty authorized to transact business under the laws of the State of Californla as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Forty -One Thousand, Five Hundred Sixty -Two and 00/100 Dollars ($241,562.00) 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. 32 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be Included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 18th day of January . 2010. Lisa Perrine, CEO Cibola Systems Corporation (Principal) Indemnity Company of California Name of Surety 500 N. Brand Blvd., # 1120, Glendale CA Angelo Maroutsos, Attorney -in -Fact Address of Surety Print Name and Title (618) 552-6125 Telephone NOTARY ACKNOWLEDGMENTS of CONTRACTOR AND SURETY MUST BE ATTACHED 33 • POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 2633306 • KNOW ALL MEN BY THESE PRESENTS, thatas except as expressly 8mded, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each, hereby make, constitute and appoint: ***Kathy Robb, Angelo Maroutsos, Timothy Maudsley, jointly or severally*** as their tree and lawful Attwney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety- ship giving and granting unto said Attomey(s}in-Fad full power and authority to do and to Worm every ad necessary, requisite or proper to be dare in ommecton therewith as each of said corporations could do, but reserving to each of said corporations full paver ofsubstiation and revocation, and art of the acts of said Attomay(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the fo0owing resolutions adopted by the respective Board of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of Jamhary 1st, 2008. RESOLVED, that the chairman of the Board, the President and any Vice President ofthe corporation be, and that each of them hereby is, authorized to execute Powers of Attorney, qual'dyng the attomey(s) named In the Powers of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authodzed to attest the execution of any such Power of Attorney, RESOLVED, FURTHER, that the signatres of such officers may be affixed to any such Paver of Attorney or to any certificate rekall thereto by facsimile, and any such Power ofAttorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Vice President and atested by their respediveAssistanl Secretary this January tst,2008. BY, \� ANII,W. 4bpANYr%R Stephen L Pate, Senior Yroe Presider aS��C''�O4 f� ;iiQ RPOg9r ' 1� fi By'6&4°d 4988 W 1�&T Charles L. Day, Assistant Secretary �9 d0 .. State of Car la County of Orange On January tst. 2008 before me, Christopher J. Roach Notary Public Date Here Insert Name and Trte of the Officer personally appeared Stephen T. Pate and Charles L. Day Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personts) whose name(s) islare subscribed to the within Instrument and acknowledged to me that heldlelthey executed the same In hlsfhedfhelr authorized capaciry(ies), and thatby hisvhedtheir signature(s) on the Instrument the person(s), or the entity upon behaff of f. which the persons) ailed, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California drat the foregoing paragraph is true and Correct. WITNESS my hand CERTIFICATE Roach The undersigned, as Assistant Secretary, or DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby cerdly that the foregoing Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Parer of Attorney, are in force as of the date of tthti�s Cardficete. This Certificate is executed in the City of Irvine, California, the , dayof 0-6 M 0.crcJ x>?010 By �� Albert Hillebrand, Assistant S—ecretary ID-1380(Weq(Rev.07107) RNIA ALL - CERTIFICATE OF ACKNOWLEDGMENT State of Ca f is County of On 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify to is true and OF PERJURY under the laws of the State of California that the foregoing paragraph WIT'NESS my hand Signature LISA LAGUATAN IN official seal. COMM.01SM / WfAW ROX-CAtFORMA fs p LOSAN EtEs00uKry ab Cannt Evin, 4: 6= xora try Public (Seal) ADDITIONAL OPTIONAL INFORMATION CRIPTIONATTACHED UMENT V — (Ti[ a or deeti tion o attached document) n F� (Tit a oToltached document coni ued) Number of Pages ) Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ arts) Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any aclaiowledgment completed in California must contain verbiage exactly ar appears above in the notary section or a separate acknowledgment farm 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 at 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 most 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 es 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 late ) 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. a+ 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 k.5 - On /-20-2 personally appeared who proved to me on the basis of satisfactory evidence to be the persoriKwhose name(s� ism subscribed to the within instrument and acknowledged to me that >6 executed the same in bis7ter/11wrr authorized capacity(i< and that by )asPher/tl signature,(,c)-6n the instrument the persorl,(li)-or the entity upon behalf of which the person. ggscted, 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 m hand and official seal. ooMSslaINIC v.I 18635 Cllttumakn le 1809859 - koltry Paw - Camo1ms _ - Om w Courcy Si of Notary Publi (No� Seal)emg�8�5610'20113 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION T E ATTACHED DOCUMENT 7 4x` 6h (Tine or dgscription of ched document) (Title or description of attached document continued) Number of Pages �0_ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) -Corporate Officer (Title) ❑ Partner(s) ❑ Attomey-in-Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800-873-9865 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 acknowledgmentform 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 an 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 carefullyfor 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. Iseishe(tbey-,- is late ) 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. 3 Additional information is not required but could help to ensue this acknowledgment is not misused or attached to a different document. Q Indicate title or type of attached document, number o(pages and date. Indicate the capacity claimed by the signer. tf the claimed capacity is a corporate officer, indicate the title (Le. CEO, CFO, Secretary). • Securely attach this document to the signed document CERTIFICAO OF LIABILITY INSURAIWE 13/fACORD 0/12o PRODUCER (714) 569-2700 FAX (714) 569-3099 •Pridemark-Everest Insurance Services, Inc. A Leavitt Group Co #OF13098 1820E. First Street, Ste 500 Santa Ana, CA 92705 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Ci o a Systems Corporation 1118 East 17th St. Santa Ana, CA 92701-2620 INSURER A: OneBeacon America ins Company 20621 INSURER B: Employers Compensation 11512 INSURER C: Philadelphia Indemnity Ins Co 018058 INSURERO. SURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WTH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSIR LTR WDI MSRGENERAL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LIABILITY 7110087800003 08/01/2009 08/01/2010 EACH OCCURRENCE $ 11000 00 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ 500,00 CLAIMS MADE FRI OCCUR MED EXP (Any one person) $ 10,00 A PERSONAL &ADV INJURY $ 11000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMpIIT. APPLIES PER: PRODUCTS -COMP)OPAGG $ 2,000,00 X POLICY X JE O, LOC AUTOMOBILE UARIUTY 7110087800003 08/01/2009 08/01/2010 COMBINED SINGLE LIMIT X ANY AUTO (Ea awident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULEDAUTOS (Parperaan) BODILYINJURY$ X HIREDAUTOS X NON -OWNED AUTOS (Pet aeddenl) PROPERTY DAMAGE $ (Per aaidew) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESSNMBRELLA LIABILITY 7110087800003 08/01/2009 08/01/2010 EACH OCCURRENCE S 5,000,00 X OCCUR FICLAIMS MADE AGGREGATE $ 5,000,000 A $ S DEDUCTIBLE $ RETENTION $ WORKERSCOMPENSATIONAND FN0329728S 08/01/2009 08/01/2010 X WcsrATU. OTH- B EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNEWEXECUTIVE E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYE $ 1,000,00 OFyFICER/MEMBER EXCLUDED? SP ECIALPROVISIONS below E.L. DISEASE -POLICY LIMIT E 1,000,000 rZessional Liab. PHSD441799 08/01/2009 08/01/2010 $1,000,000 Per Claim Limit C laims Made Form. $1,000,000 Aggregate Limit etroDate 4/24/01 $5,000 Deduct.Per Claim DESCRIPTION OF OPERATIONS IL CATIONS) VEHICLES/IX LUSK)NS ADDED BY ENOORSEMENTI SPECIAL PROVISIONS E: Operations of tie Name Insure as on file with the insurance carrier. ert Holder is Addl Insd (**see notes) as respects Gnrl Liab per VCG207 (0607) and Auto Liab er VCA201 0109 per attached. Blanket Waiver of Subrogation (GL) incl in Addl Insd form. lanket Waiver of Subrogation (WC) per WC040306 ed.4-84. As required by written contract. A ten day notice of cancellation may be given if cancelled for non-pymt of premium. City of Newport Beach Public Works Department Attn: Peter Tauscher 3300 Newport Boulevard Newport Beach, CA 92663 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL "30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Well ©ACORD CORPORATION 1988 City of Newport Beach Certificate issued to City of Newport Beach 01/13/2010 Pridemark-Everest Insurance Services, Inc. RE: Operations of the Name Insured as on file with the insurance carrier. �w Complete Additional Insured names: City of Newport Beach, its elected or appointed officers, agents, officials, employees and volunteers are to be covered as Additional Insureds. 0 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. @VANTAGE FOR GENERAL LIABILITY TECHNOLOGY COMPANIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following schedule lists the coverage extensions provided by this endorsement. Refer to the individual provisions to determine the extent of your coverage. SCHEDULE OF COVERAGE EXTENSIONS 1. Additional Insured — Broad Form Vendors 2. Additional Insured — by Contract, Agreement or Permit relating to: o Work performed by you o Premises you own, rent, lease or occupy o Equipment you lease 3. Aggregate Limit Per Location 4. Blanket Waiver of Subrogation 5. Bodily Injury Redefined — Mental Anguish 6. Broadened Named Insured 7. Broadened Property Damage o Borrowed Equipment o Customers' Goods U Use of Elevators 1. ADDITIONAL INSURED — BROAD FORM VENDORS 8. Coverage Territory — Worldwide 9. Duties in Event of Occurrence, Claim or Suit 10. Expected or Intended Injury (PD) 11. Medical Payments 12. Mobile Equipment Redefined 13. Newly Acquired or Formed Organizations 14. Non -Owned Aircraft 15. Non -Owned Watercraft 16. Personal and Advertising Injury 17. Product Recall Expense 18. Supplementary Payments Increased Limits Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) (referred to below as vendor) with whom you agreed in a written contract or agreement to provide insurance, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. This provision 1. does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (6) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on Its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs 4. or 6.; or VC6 207 06 07 Includes cc"W ted inatei I of Ire nce Services office, Inc. Copftint 2004, OneBeacon Insurance Group INSURED Page 1 of 7 • 0 (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (9) Any person or organization If the "products -completed operations hazard" is excluded either by the provisions of the Coverage Form or by endorsement. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 2. ADDITIONAL INSURED —CONTRACT, AGREEMENT OR PERMIT a. Section 11 — Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) with whom you agreed in a written contract, written agreement or permit to provide insurance such as is afforded under this Coverage Part, but only with respect to liability for "bodily injury", "property damage" or 'personal and advertising injury" caused, in whole or in part, by your acts or omissions or the acts or omissions of those acting on your behalf: 1. In the performance of your work" for the additional insured(s) at the location designated in the contract, agreement or permit; or 2. In the maintenance, operation or use of equipment leased to you by such person(s) or organization(s), or 3. In connection with premises you own, rent, lease or occupy. This insurance applies on a primary or primary and non-contributory basis if that is required in writing by the contract, agreement or permit. b. The insurance provided to the additional insured herein is limited. This insurance does not apply: 1. Unless (a) the written contract, agreement or permit is currently in effect or becomes effective during the term of this policy; and (b) the contract or agreement was executed or permit issued prior to the "bodily injury', "property damage", or "personal and advertising injury"; 2. To any person or organization included as an insured under the Additional Insured - Broad Form Vendors provision of this endorsement; 10 3. To any person or organization included as an insured by an endorsement issued by us and made part of this Coverage Part; 4. To any person or organization if the "bodily injury", "property damage", or "personal and advertising injury" arises out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you including: (a) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Supervisory, inspection, architectural or engineering activities. b. To any: (a) Lessor of equipment after the equipment lease expires; or (b) Owners or other interests from whom land has been leased; or (c) Managers or lessors of premises if: (1) The "occurrence" takes place after you cease to be a tenant in that premises; or (2) The "bodily injury", "property damage", "personal and advertising Injury" arises out of structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. 6. To "bodily injury, or "property damage" occurring after: (a) All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or'damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as part of the same project. Wage 2 of 7 Incudes mpyroW material of Inswenm Savlow OOim Inc. VCO 207 09 07 C *Tigld 2D04, OneBeacon Inswence Group E c. Limits of Insurance applicable to the additional insured are those specified in the contract, agreement or permit or in the Declarations of this policy, whichever is less, and fix the most we will pay regardless of the number of: 1. Insureds; 2. Claims made or "suits" brought; or 3. Persons or organizations making claims or bringing "suits". These Limits of Insurance are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. 3. AGGREGATE LIMIT PER LOCATION a. Under Section 111 — Limits of Insurance, the General Aggregate Limit applies separately to each of your "locations" owned by or rented or leased to you. b. Under Section V— Definitions, the following definition is added: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 4. BLANKET WAIVER OF SUBROGATION Section N — Transfer of Rights of Recovery Against Others to Us Condition is amended to add the following: We will waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of your ongoing operations done under a written contract or agreement with that person or organization and included in 'your work" or the "products -completed operations hazard". This waiver applies only to persons or organizations with whom you have a written contract executed prior to the "bodily injury" or "property damage", that requires you to waive your rights of recovery. 5. BODILY INJURY REDEFINED —MENTAL ANGUISH Under Section V the definition of "bodily injury" is replaced by the following: "Bodily injury" means bodily injury, sickness, or disease sustained by a person, including mental anguish or • death resulting from any of these at any time. 6. BROADENED NAMED INSURED Section II - Who Is An Insured is amended to include as an insured the following: Any organization which is a legally incorporated entity in which you own a financial interest of more than 50 percent of the voting stock on the effective date of this endorsement will be a Named Insured until the 180'" day or the end of the policy period, whichever comes first, provided there is no other similar insurance available to that organization. The insurance afforded herein does not apply to any entity which is also an insured under another policy or would be an insured under such policy but for its termination or the exhaustion of its limits of insurance. 7. BROADENED PROPERTY DAMAGE — BORROWED EQUIPMENT, CUSTOMERS' GOODS AND USE OF ELEVATORS The insurance for "property damage" liability is subject to the following: a. The Damage To Property exclusion under Section I Coverage A is amended as follows: 1. The exclusion for personal property in the care, custody or control of the insured does not apply to "property damage" to equipment you borrow while at a job site and provided it is not being used by anyone to perform operations at the time of loss. 2. The exclusions for (a) Property loaned to you; (b) Personal property in the care, custody or control of the insured; and (c) That particular part of any property that must be restored, repaired or replaced because 'your work" was incorrectly performed on it do not apply to "property damage" to "customers' goods" while on your premises nor do they apply to . "property damage" arising from the use of elevators at premises you own, rent, lease or occupy. Subject to the Each Occurrence Limit, the most we will pay for "property damage" to "Customers' Goods" is $25,000 per "occurrence". VCG 207 06 07 Includes oopyrighted mate W of Insurance Services OfNce, Inc. Page 3 017 Copyright 2004, OneBeawn Insurance Group 9 • b. Under Section V— Definitions, the following definition is added: "Customers' Goods" means goods of your customer on your premises for the purpose of being: 1. Repaired; or 2. Used in your manufacturing process. c. The insurance afforded by this provision is excess over any other valid and collectible property insurance (including any deductible) available to the insured whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance — Excess provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. S. COVERAGE TERRITORY —WORLDWIDE The definition of "coverage territory" is replaced by the following: "Coverage territory" means anywhere. However, the insured's responsibility to pay damages must be determined in a settlement we agree to or in a "suit" on the merits brought within the United States of America (including its territories and possessions), Puerto Rico or Canada. 9. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Section IV — Duties In The Event Of Occurrence, Claim or Suit is amended by adding the following paragraphs: a. The requirements that you must 1, notify us of an "occurrence" offense, claim or "suit" and 2. send us documents concerning a claim or "suit" apply only when such "accident" claim, "suit" or "loss" is known to: 1. You, if you are an individual; 2. A partner, If you area partnership; 3. An executive officer of the corporation or insurance manager, If you area corporation; or 4. A manager, if you are a limited liability company. b. The requirement that you must notify us as soon as practicable of an "occurrence" or an offense that may result in a claim does not apply if you report an "occurrence" to your workers compensation insurer which later develops into a liability claim for which coverage is provided by this policy. However, as soon as you have definite knowledge that the particular "occurrence" is a liability claim rather than a workers compen- sation claim, you must comply with the Duties In The Event Of Occurrence, Offense, Claim Or Suit Condition. 10. EXPECTED OR INTENDED INJURY (PROPERTY DAMAGE) The Expected Or Intended Injury exclusion under Coverage A Bodily Injury and Property Damage is replaced by: "Bodily injury' or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 11. MEDICAL PAYMENTS —INCREASED LIMITS AND TIME PERIOD a. In the Insuring Agreement under Coverage C Medical Payments, the requirement that expenses are incurred and reported to us within one year of the date of the accident is changed to three years. b. The Medical Expense Limit Is $10,000 per person or the amount shown in the Declarations as the Medical Expense Limit, whichever is greater. c. This provision 11. does not apply if Coverage C — Medical Payments is otherwise excluded either by the provisions of the Coverage Form or by endorsement. 12. MOBILE EQUIPMENT — SELF-PROPELLED SNOW REMOVAL, ROAD MAINTENANCE AND STREET CLEANING EQUIPMENT The following is added to the "mobile equipment" definition: 0 Vehicles maintained primarily for purposes other than the transportation of persons or cargo that are self- propelled vehicles of less than 1,D0o pounds gross vehicle weight with the following types of permanently attached equipment will be considered "mobile equipment": a. Snow removal; • b. Road maintenance, but not construction or resurfacing; or c. Street cleaning. Page 4 of 7 Irok"copyMhted material of Insurance SwAces Office, Inc. VCO 207 e6 07 CopAf =4, OneBeaccn Insurance Group • 13. NEWLY FORMED OR ACQUIRED ORGANIZATIONS Under Section 11— Who Is An Insured, the time period limitation for newly acquired or formed organizations is replaced by: Coverage under this provision is afforded only until the end of the current policy period. 14. NON -OWNED AIRCRAFT a. The Aircraft, Auto Or Watercraft exclusion under Coverage A Bodily Injury And Property Damage Liability does not apply to an aircraft that is: 1. Hired, chartered or loaned with a paid crew; and 2. Not owned by any insured. b. The insurance afforded by this provision 14. is excess over any other valid and collectible insurance (including any deductible or Self Insured Retention) available to the insured, whether such insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance — Excess' Insurance provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. 15. NON -OWNED WATERCRAFT a. Section 11— Who Is An Insured is amended to include as an Insured for any watercraft that is covered by this policy, any person who, with your expressed or Implied consent, either uses or is responsible for the use of a watercraft. However, no person or organization is an insured with respect to: 1. "Bodily Injury" to a co"employee" of the person operating the watercraft; or 2. "Property damage" to property owned by, rented to, In the charge of or occupied by you or the employer of any person who is an insured under this provision. b. In the exception to the Aircraft, Auto Or Watercraft exclusion under Coverage A Bodily Injury And Property Damage Liability, the limitation on the length of a watercraft is increased to 51 feet. c. The insurance afforded by this provision 15. is excess over any other valid and collectible insurance (including any deductible or Self Insured Retention) available to the insured, whether such Insurance is primary, excess, contingent or on any other basis. Any payments by us will follow the Other Insurance — Excess Insurance provisions in the COMMERCIAL GENERAL LIABILITY CONDITIONS. 16. PERSONAL AND ADVERTISING INJURY The following exclusions under the definition of "personal and advertising injury" are amended as follows: a. Insureds In Media Type Businesses "Personal and advertising injury" committed by an insured whose business is: (1) Advertising, broadcasting, publishing or telecasting; or (2) Designing or developing content of websites for others. However, this exclusion does not apply to paragraphs 14. a., b. and c. of "personal and advertising injury" under the Definitions Section. For the purposes of this exclusion, the placing of frames, borders or links, or advertising, for you or others is not by itself, considered the business of advertising, broadcasting, publishing or telecasting. b. Electronic Chatrooms Or Bulletin Boards "Personal and advertising injury" arising out of an electronic chatroom or bulletin board the insured hosts, owns, or maintains for others. 17. PRODUCT RECALL EXPENSE a. With respect to this Provision 17., the Recall Of Products, Work Or Impaired Property exclusion under Coverage A Bodily Injury And Property Damage Liability is deleted. b. The following is added to Section III — Limits Of Insurance section: 1. The Limits of Insurance shown in the Product Recall Schedule and rules below fix the most we will pay regardless of the number of (a) Insureds; (b) "Covered recalls" initiated; or . (c) Number of "your products" recalled. 2. The Product Recall Aggregate Limit Is the most we will reimburse you for the sum of all "product recall expenses" incurred for all "covered recalls" initiated during the policy period. VCG 207 06 07 Induce copfloved Mara of Insurdrce services Office, Inc. Page 5 of 7 CoMrigld 2DD4, Oneaeacon Insurance Group 0 0 3. Subject to 2. above, the Each Product Recall Limit is the most we will reimburse you for the sum of all "product recall expenses" arising out of any one "covered recall" for the same defect or deficiency, Limits of Insurance Product Recall Aggregate $50,000 Limit Each Product Recall Limit $25,000 The Limits of Insurance for this coverage apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for the purposes of determining the Limits of Insurance. c. The following is added to the Duties In The Event Of Occurrence, Offense, Claim Or Suit provision under Section IV — Conditions: You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": 1. Give us prompt notice of any discovery or notification that "your product" must be withdrawn or recalled. Include a description of "your product" and the reason for the withdrawal or recall; 2. Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined thatall such products are free from defects that could be a cause of loss under this insurance; 3. As often as may be reasonably required, permit us to inspect 'your product" that demonstrates the need for the "covered recall" and permit us to examine your books and records. Also permit us to take damaged and undamaged samples of "your products" for inspection, testing and analysis; and permit us to make copies from your books and records; 4. Send us a signed, swum, proof of loss containing the information we requested to settle the claim. You must do this within BO days after our request. We will supply you with the necessary forms; and S. Permit us to examine any insured under oath, while not in the presence of any other insured and at such times as may reasonably be required, about any matter relating to this insurance or your claim, including an insured's books and records. In the event of an examination, an insured's answers must be signed. d. The following definitions are added to the Definitions Section: 1. "Covered recall" means a recall made necessary because the insured or a government body has determined that a known or suspected defect, deficiency, inadequacy or dangerous condition in "your product' has resulted in or will result in "bodily injury" or "property damage". 2. "Product Recall Expense" means: (a) The following necessary and reasonable expenses you incur exclusively for the purpose of recalling "your product": (1) For communications, including radio or television announcements or printed advertisements including stationery, envelopes and postage; (2) For shipping the recalled products from any purchaser, distributor or user to the place or places designated by you; (3) For remuneration paid to your regular "employees" for necessary overtime; (4) For hiring additional persons, other then your regular "employees'; (5) Incurred by "employees", including transportation and accommodations; (6) To rent additional warehouse or storage space; or (7) For disposal of 'your products", but only to the extent that specific methods of destruction other than those employed for trash discarding or disposal are required to avoid "bodily injury" or "property damage" as a result of such disposal, but "product recall expenses" does not include casts of regaining your market share, goodwill, revenue or profit. Page 6 of 7 Includes mpwWad material of Irmuance smwes Office, Inc. VOG 207 06 07 CDPYVA 2004, OneBeacon Insurance Group • • ! 0 (b) "Product Recall Expense" does not include any expenses resulting from: (1) Failure of any product to accomplish its intended purpose; (2) Breach of warranties of fitness, quality, durability or performance; . (3) Loss of customer approval, or any cost incurred to regain customer approval; (4) Redistribution or replacement of "your product' which has been recalled by like products or substitutes; (5) Caprice or whim of the insured; (6) A condition likely to cause loss of which any insured knew or had reason to know at the Inception of this insurance; and (7) Recall of 'your products" that have no known or suspected defect solely because a known or suspected defect In another of "your products" has been found. 18. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS In the SUPPLEMENTARY PAYMENTS — Coverages A and B provision: a. The limit for the cost of bail bonds is amended to $2,500; and b. The limit for reasonable expenses Incurred by the "Insured" is amended to $500 a day. E vcG 207 06 07 IncWdm cop t htBd material of In ware Services Office, Inc. Page 7 of 7 CopyrgM M, Oceaeaeon Insurance Group 0 0 • THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. @u VANTAGE FOR AUTOMOBILE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following schedule lists the coverage extensions provided by this endorsement. Refer to the individual provi- 1. ADDITIONAL INSURED BY CONTRACT The Who Is An Insured provision under SECTION II — LIABILITY COVERAGE is amended to include as an additional "insured" any person or organization with whom you agreed in a written contract, written agreement or permit, to provide insurance such as is afforded under this Coverage Form. Such person or organization is an "insured" only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part by your maintenance, operation or use of your covered "autos". With respect to the insurance afforded to these additional "insureds", this insurance does not apply: a. Unless the written contract or agreement has been executed or the permit has been issued prior to the "bodily injury" or "property damage"; b. To any person or organization included as an "insured" by endorsement or in the Declarations; or c. To any lessor of "autos" when their contract or agreementwith you for such leased "auto" ends. 2. AIRBAG DISCHARGE If you purchased physical damage coverage for a covered "auto" under this policy, we will pay to reset or re- place an airbag that accidentally discharges without the vehicle being involved in an accident. No deductible applies to this additional coverage. However, this coverage only applies if the airbag is not covered under a manufacturer's warranty and you did not intentionally cause the airbag to discharge. 3. AUTO THEFT REWARD We will pay up to a $2,000 reward in the event of a covered loss, for information leading to the arrest and con- viction of anyone stealing a covered "auto". A reward will not be paid to you, a family member, employee or any public official while performing their duty. 4. BLANKET WAIVER OF SUBROGATION The Transfer Of Rights of Recovery Against Others To Us condition under SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A. LOSS CONDITIONS is replaced by the following: We will waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "Insured contract", provided the contract is in writing and executed prior to the "bodily injury" or "property damage". 5. BODILY INJURY REDEFINED —MENTAL ANGUISH The definition of "bodily injury" under SECTION V— DEFINITIONS Is replaced by the following: "Bodily injury" means bodily injury, sickness, or disease sustained by a person, including mental anguish or death resulting from any of these at any time. VCA 2010109 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 5 Copyright 2DD4, OneBescon Insurance Group INSURED SCHEDULE OF COVERAGE EXTENSIONS 1. Additional Insured By Contract 12. Employee Hired Autos 2. Airbag Discharge 13. Fellow Employee Exclusion 3. Auto Theft Reward 14. Glass Repair — Waiver of Deductible 4. Blanket Waiver of Subrogation 15. Hired Auto Physical Damage Coverage 5. Bodily Injury Redefined — Mental Anguish 16. Lease Gap Coverage 6. Broad Form Named Insured 17. Liability Coverage — Supplementary Payments 7. Communications Equipment 18. Newly Formed or Acquired Organizations 8. Diminution in Value 19. Physical Damage — Transportation Expenses 9. Drive Other Car — Executive Officers 20. Rental Reimbursement — Private Passenger 10. Duties In The Event of Accident, Claim, Suit or Loss Vehicles 11. Employees As Insureds 21. Towing — Any Covered Auto 1. ADDITIONAL INSURED BY CONTRACT The Who Is An Insured provision under SECTION II — LIABILITY COVERAGE is amended to include as an additional "insured" any person or organization with whom you agreed in a written contract, written agreement or permit, to provide insurance such as is afforded under this Coverage Form. Such person or organization is an "insured" only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part by your maintenance, operation or use of your covered "autos". With respect to the insurance afforded to these additional "insureds", this insurance does not apply: a. Unless the written contract or agreement has been executed or the permit has been issued prior to the "bodily injury" or "property damage"; b. To any person or organization included as an "insured" by endorsement or in the Declarations; or c. To any lessor of "autos" when their contract or agreementwith you for such leased "auto" ends. 2. AIRBAG DISCHARGE If you purchased physical damage coverage for a covered "auto" under this policy, we will pay to reset or re- place an airbag that accidentally discharges without the vehicle being involved in an accident. No deductible applies to this additional coverage. However, this coverage only applies if the airbag is not covered under a manufacturer's warranty and you did not intentionally cause the airbag to discharge. 3. AUTO THEFT REWARD We will pay up to a $2,000 reward in the event of a covered loss, for information leading to the arrest and con- viction of anyone stealing a covered "auto". A reward will not be paid to you, a family member, employee or any public official while performing their duty. 4. BLANKET WAIVER OF SUBROGATION The Transfer Of Rights of Recovery Against Others To Us condition under SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A. LOSS CONDITIONS is replaced by the following: We will waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "Insured contract", provided the contract is in writing and executed prior to the "bodily injury" or "property damage". 5. BODILY INJURY REDEFINED —MENTAL ANGUISH The definition of "bodily injury" under SECTION V— DEFINITIONS Is replaced by the following: "Bodily injury" means bodily injury, sickness, or disease sustained by a person, including mental anguish or death resulting from any of these at any time. VCA 2010109 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 5 Copyright 2DD4, OneBescon Insurance Group INSURED 9 6.BROAD FORM NAMED INSURED a. The Who Is An Insured provision under SECTION 11— LIABILITY COVERAGE is amended to include the following: Any organization which is a legally incorporated entity in which you own a financial interest of more than 50% of the voting stock on the effective date of this Coverage Form will be a Named Insured until the 1W day or the end of the policy period whichever comes first, provided there is no other similar insurance avail- able to that organization. b. Paragraph a. of this provision 6. does not apply to "bodily injury" or "property damage" for which an "insured" is also an "insured" under any other automobile policy or would be an "insured" under such a pol- icy, but for its termination or the exhaustion of its Limit of Insurance. 7. COMMUNICATIONS EQUIPMENT a. The exclusion for electronic equipment under Exclusions of SECTION III— PHYSICAL DAMAGE COVER- AGE does not apply to loss of any permanently installed, non -removable communications equipment de- signed for use as a: 1. Citizen's band radio; 2. Two-way mobile radio or telephone; 3. Scanning monitor receiver; or 4. GPS Navigation System, including its antenna and other accessories. b. No Deductible applies to this additional coverage. c. The most we will pay for this coverage is $5,000 per occurrence. 8. DIMINUTION IN VALUE The "diminution in value" exclusion under SECTION 111 — PHYSICAL DAMAGE COVERAGE, B. Exclusions does not apply if the covered "auto" is a private passenger "auto" and is leased, rented, hired or borrowed with- out a driver for a period of 30 days or less and is used in the conduct of the insured's business. The most we will pay for "loss" arising out of an "accident" is the lesser of $7,500 or 20% of the actual cash value of the "auto" as determined by Kelley Blue Book or other independent valuation sources. 9. DRIVE OTHER CAR— EXECUTIVE OFFICERS a. The Who Is An Insured provision under SECTION II— LIABILITY COVERAGE is amended to include: If you are designated in the Declarations as: 1. An individual; you and your spouse. 2. A partnership; your partners and their spouses. 3. An organization other than an individual or a partnership; your "executive officers" and their spouses. b. SECTION 11— LIABILITY COVERAGE and SECTION 19 — PHYSICAL DAMAGE COVERAGE are extended to include "autos" you don't own, hire, lease or borrow while in the care, custody or control of an "insured" listed in 9.a. This does not include any "auto": 1. Owned by any "Insured" listed in 9.a.,_or any member of their household, including any such "auto" that Is owned but not insured; 2. Used by an "insured" listed in 9.a. while working in the business of selling, servicing, repairing or parking autos; or 3. Insured under another policy of insurance. If Medical Payments, Uninsured/Underinsured Motorist, Personal Injury Protection or other compulsory coverages required by the governing jurisdiction are covered on this policy, then insureds listed in 9.a. above and family members residing in the same households are "insureds" while: 1. Occupying as a passenger; or 2. A pedestrian when struck by, any "auto" you do not own, hire, lease or borrow, except any "auto" owned by that "insured" listed in 9.a, their family members or an "auto" insured under any other policy. c. The limits and deductibles applicable to this provision will be the largest applicable to any owned "auto" for the specific insurance. Page 2 of 5 Includes copyrighted material of Insurance Services Office, Inc. VCA 2010109 Copyright 2004, OnaBeacon Insurance Group 0 0 • 0 0 d. The following definition is added to the DEFINITIONS section of the policy: "Executive officer" means a person holding any of the officer positions created by your charter, constitu- tion, by-laws or any similar governing document. e. The Other Insurance Condition, under Section IV— BUSINESS AUTO CONDITIONS, does not apply to the provisions of this Drive Other Car endorsement. There is no "other insurance" applicable to this en- dorsement. 10. DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUITOR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS —the Duties in The Event Of Accident, Claim, Suit Or Loss Condition is amended as follows: The requirements that you must: a. Notify us of an "accident", claim, "suit" or "loss'; and b. Send us documents concerning a claim or "suit", apply only when such "accident, claim, "suit" or "loss" is known to: a. You, if you are an individual; b. A partner, if you are a partnership; c. An executive officer of the corporation or insurance manager, if you are a corporation; or d. A manager, if you area limited liability company. 11. EMPLOYEES AS INSUREDS The Who Is An Insured provision under SECTION II — LIABILITY COVERAGE is changed by adding the fol- lowing: Any "employee" of yours while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. This coverage is excess over any other collectible insurance. 12. EMPLOYEE HIRED AUTOS The following is added to the Who Is An Insured Provision: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contact or agreement in that "employee's' name, with your permission, while performing duties related to the conduct of your busi- ness. For purposes of this coverage grant, paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form is replaced by the following: b. For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". This coverage is excess over any other collectible insurance. 13. FELLOW EMPLOYEE EXCLUSION The Fellow Employee exclusion under SECTION II — LIABILITY COVERAGE does not apply if the "bodily in- jury" results from the use of a covered "auto" you own or hire. This coverage is excess over any other insur- ance. 14. GLASS REPAIR— WAIVER OF DEDUCTIBLE Under paragraph D. — Deductible — of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is added: No deductible applies to glass damage if the glass is repaired rather then replaced. 15. HIRED AUTO — PHYSICAL DAMAGE COVERAGE It hired "autos" are covered "autos" under SECTION II — LIABILITY COVERAGE and if Comprehensive, Specified Causes of Loss, or Collision coverages are provided under this policy for any "auto" you own, then SECTION III — PHYSICAL DAMAGE COVERAGE is extended to "autos" you hire, subject to the following limit: The most we will pay for "loss" to any hired "auto" is the lesser of: a. $75,000 for "autos" of the private passenger type and $50,000 for all other "autos' VCA 2010109 Includes copyrighted material of Insurance Services Office, Inc. Page 3 of 5 Copyright 2004, Oneaeacon Insurance Group 0 It. The actual cash value; or c. The cost of repairing or replacing it with other property of like kind or quality. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No de- ductible applies to "loss" caused by fire or lightning, Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. We will also cover loss of use of the hired "auto" if the following conditions are met: a. It results from an accident; b. You are legally liable; and c. The lessor incurs an actual financial loss. The most we will pay for this loss of use coverage is $1,000 per "accident'. 16. LEASE GAP COVERAGE Under paragraph C. Limit of Insurance — of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is added: If a covered "auto" is leased, we will also pay the difference between the actual cash value of a covered "auto" at the time of "loss" and the remaining balance on your lease if the following conditions are met: a. The "auto" has along term lease and is covered on this policy. b. The lessor is added as an Additional Insured in a written lease agreement. c. You are legally obligated for the remaining balance. We will not pay for any amounts representing excess weer and tear charges; additional mileage charges; taxes; overdue payments; penalties, interest or charges resulting from overdue payments; or lease termination fees. 17. LIABILITY COVERAGE EXTENSIONS — SUPPLEMENTARY PAYMENTS Under SECTION II — LIABILYfY COVERAGE, the Coverage Extension for Supplementary Payments is revised as follows: a. The limit for the cost of ball bonds is amended to $3,500. a b. The limit for reasonable expenses incurred by the "insured" is amended to $500 a day. 18. NEWLY FORMED OR ACQUIRED ORGANIZATIONS a. The Who Is An Insured provision under SECTION ti — LIABILITY COVERAGE Is amended to include as an "insured" any organization that is formed or acquired by you and over which you maintain majority own- ership. b. Paragraph a. of this provision 18. does not apply to any organization: 1. That is a joint venture or partnership; 2. That Is an "Insured" under any other policy; 3. That has exhausted Its Limit of Insurance under any other policy; or 4. 180 days or more after its acquisition or formation by you, unless you have given us notice of the acqui- sition or formation. c. Paragraph a. of this provision 18. does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired the organization. 19. PHYSICAL DAMAGE— TRANSPORTATION EXPENSES COVERAGE Under SECTION III — PHYSICAL DAMAGE Coverage Extensions, the limit for Transportation Expenses is amended to $75 per day and the maximum is amended to $2,250. 20. RENTAL REIMBURSEMENT We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" of the private passen- ger type because of "loss" to a "covered auto" of the private passenger type. Payment applies in addition to the otherwise applicable amount of each coverage you have on a "covered auto". No deductibles apply to this coverage. We will pay those expenses incurred during the policy period beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, six (6) days after the "loss". Page 4 of 5 Includes copyrighted material of Insurance Services Office, Iric. VCA 2010109 Copynght 2004, OneBeacon Insurance Group 0 0 0 Payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred. 2. The maximum dally payment of $25 for anyone day. This coverage does not apply while there are spare or reserve "autos" available to you. If 'loss" results from the total theft of the private passenger "auto", we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under the PHYSICAL DAM- AGE COVERAGE Extension. 21. TOWWG — COVERED AUTOS Under SECTION III — PHYSICAL DAMAGE COVERAGE, Coverage for Towing is amended as follows: a. This coverage applies to any covered "auto" for which a premium charge for towing and labor is shown in the Schedule or in the Declarations. b. The limit is $100. VCA 2010109 Includes copyrighted material of Insurance Services Office, Inc. Page 5 of 5 Copyright 2004, OneBeacon Insurance Group 0 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description ANY PERSON OR ORGANIZATION FOR ALL JOBS IN CALIFORNIA WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER CA 92701 This policy is subject to a minimum charge of $250 for the issuance of waivers of subrogation. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The informatlon below is yquirad only when this andorsement is isawd subsequent to P"ParaUon of the Pa0ey.1 Endorsement Effective 8/1/2009 Policy No. FN 0329728 Endorsement No. 001 Insured CIBOLA SYSTEMS CORPORATION Premium E 1 Insurance Compenv EMPLOYERS COMPENSATION INS CO Countersigned by WC 04 03 08 (Ed. 4-84) R. fe aernfrn A�wd�tb. 14]4]0 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively emend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) o�aEW�R e CV OF NEWPORT WCH N<lFp R� CIBOLA SYSTEMS CORPORATION ACCOUNT NUMBER: BT30001584 1118 EAST 17TH STREET 10/31/2010 SANTA ANA, CA EXPIRATION DATE: 92701 INSTRUCTIONS AND CONDITIONS Welcome to the City of Newport Beach, and thank you for your business tax payment. This business tax certificate is evidence that the named business has paid a tax to conduct the business activity designated, within the City of Newport Beach, until the expiration date shown. Please notify the Revenue Division immediately if any of the information on the certificate changes. This certificate is valid only at the address indicated and must be displayed in a conspicuous location. If your business is not conducted at a permanent location Municipal Code requires that any representative, while transacting business within the city, carry this certificate. This business tax certificate does not authorize the named business to conduct any activities regulated by the City of Newport Beach or other agencies. Authorization for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates are not transferable to any other party or person and are not pro -rated. Refunds are not provided once the certificate has been issued. Your business tax certificate is valid until the expiration date, and must be renewed annually prior to that date. Changes in type of ownership (i.e. from a sole proprietorship to a partnership or LLC), nature of business, or ownership void the current certificate and require filing of and payment for a new application. Additional certificates are required if additional types of business activity are initiated at the same address, or additional locations of the same business are established (Municipal Code sections 5.04 through 6.08). For your convenience, the Revenue Division will mail a courtesy renewal notice, prior to the expiration date, to the billing address of record. Non -receipt of the notice does not alleviate the requirement to renew. Penalties are imposed for late renewal at a rate of 25% per month to a maximum of 100% of the base tax.. The Revenue Division is available to answer any questions regarding business tax certification and requirements. Call (949) 644-3141; e-mail us at: RevenueHelp @city.newport-beach.ca.us, or visit us on the internet at www city newoort-beach ca us and view the Municipal Code on-line. DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED THIS TAX PAYMENT EXPIRES. SERVICE ADDRESS: CIBOLA SYSTEMS CORPORAT 1118 EAST 17TH ST SANTA ANA CA 92701 CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE 10/31/2010 ACCOUNT NUMBER: BT30001584 BUSINESS CATEGORY: MISC BUSINESS CONSULTING SELLERS PERMIT: 011289236 OWNER/PRINCIPAL NAME: PERRINE, LISA OWNERSHIP TYPE: TAX INCLUDES PAYMENT FOR: 1.00 EMPLOYEES DATE OF ISSUE: 10/01/2003 PRINT DATE: 10/29/2009 0 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 01/2212010 Dept./Contact Received From: Shauna Oyler Date Completed: 01/22/2010 Sent to: Shauna Oyler By: Michelle Ross Company/Person required to have certificate: Cibola Systems Corporation L GENERAL LIABILITY A. INSURANCE COMPANY: OneBeacon American Ins. Co. B. AM BEST RATING (A: VII or greater) "A(XIII) B. AM BEST RATING (A: VII or greater): "A"(XIII) C. ADMITTED Company (Must be California Admitted): D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM, $2M Is Company admitted in California? ® Yes ❑ No What is limits provided? $5,000,000 Umbrella $1,000,000 plus D. LIMITS (Must be $1 M or greater): What is limit provided? $5,000,000 Umbrella E. PRODUCTS AND COMPLETED OPERATIONS (Must Haulers only): include): Is it included? (Completed Operations status does ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires not apply to Waste Haulers) ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ® No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: OneBeacon American Ins. Co. B. AM BEST RATING (A: VII or greater) "A(XIII) C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): $1,000,000 plus What is limits provided? $5,000,000 Umbrella E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers) :Is it included? ® Yes ❑ No F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Employers Compensation Insurance B. AM BEST RATING (A: VII or greater): "A -"(X) C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? WC) Employers Compensation Insurance is an "A " carrier Ed. 8 2009 ❑ Yes ® No California Business Search 0 0 Page 1 of 1 C i- , BOOM � u �ri��lc��s� C''c•�z� t� I }ft.{'C,t II � E1i,4tRtC DEBR-: Eta i�i+`EiV 1 The information displayed of DEC 11, 2009 and is updated weekly. It is not a complete or certified record of the Corporation. Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http://kepler.ss.ca.gov/corpdata/ShowAIlList?QueryCorpNumber—CO275040&printer=yes 12/18/2009 Corporation CIBOLA SYSTEMS CORPORATION Number: CO275040 Date Filed: 6/3/1953 Status: active Jurisdiction: California Address 1118 E 17TH ST SANTA ANA, CA 92701 Agent for Service of Process LISA PERRINE 1118 E 17TH ST SANTA ANA, CA 92701 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http://kepler.ss.ca.gov/corpdata/ShowAIlList?QueryCorpNumber—CO275040&printer=yes 12/18/2009 Check a License or Home Imp*ment Salesperson (HIS) Registration 0 ntractors Stat... Page l of I Department of Consumer Affairs Contractors State U @ oard Contractor's License Detail - License # 340336 ADISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. %> CSLB complaint disclosure is restricted by law IMP 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. » Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. %> Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. » Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number: 340336 Extract Date: 12117/2009 CIBOLA SYSTEMS CORPORATION Business Information: 1118 E 17TH STREET SANTA ANA, CA 92701 CONTRACTOR'S BOND This license filed Contractor's Bond number 959246C in the amount of $12,500 with the bonding company INDEMNITY COMPANY OF CALIFORNIA. Effective Date: 01101/2007 Bonding: Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) LISA ELLEN PERRINE certified that helshe awns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/19/1992 This license has workers compensation insurance with the EMPLOYERS COMPENSATION INSURANCE COMPANY Policy Number: FN03297285 Workers' Compensation: Effective Date: 0810112009 Expire Date: 0 810112 01 0 Workers' Compensation History Conditions of Use I Privacy Policy Copyright 0 2009 State of California t;,;t=c s V-mac•c•c-ccc-<: --------------------------- / -F.F Business Phone Number. (714) 400-0272 Entity: Corporation Issue Date: 07!2211977 Expire Date: ..,........ _ 04/30/2011 . . .. ....... _.__.._._ .... _.... .... _......... License Status: .....................__,...,................................,........... This license is current and active. All information below should be reviewed. ,...__._.-...._....._.._......._..._.................. ......... ...... --'-.._....... . CLASS DESCRIPTION Classifications: C-7 LOW VOLTAGE SYSTEMS CONTRACTOR'S BOND This license filed Contractor's Bond number 959246C in the amount of $12,500 with the bonding company INDEMNITY COMPANY OF CALIFORNIA. Effective Date: 01101/2007 Bonding: Contractors Bonding History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) LISA ELLEN PERRINE certified that helshe awns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 02/19/1992 This license has workers compensation insurance with the EMPLOYERS COMPENSATION INSURANCE COMPANY Policy Number: FN03297285 Workers' Compensation: Effective Date: 0810112009 Expire Date: 0 810112 01 0 Workers' Compensation History Conditions of Use I Privacy Policy Copyright 0 2009 State of California t;,;t=c s V-mac•c•c-ccc-<: --------------------------- / -F.F Cust Encompass Detail Acct. Type: Business Tax License #: BT30001584 Bus. ID: 0029126 Name: CIBOLA SYSTEMS CORPORATION Owner Name: PERRINE, LISA Owner Phone: (949)631-8811 Owner Type: C Exp. Date: 1 0131 1201 0 S Addy: 1118 EAST 17TH ST S Addy 2: Addr3: SANTA ANA CA Zip: 92701 B Addrf : 1118 EAST 17TH STREET B Addr2: B Addr3: SANTA ANA, CA B Zip: 92701 Phone: (714)480-0272 FEIN: 3155 SEIN: 2200845 Established: 10/1/2003 SIC: 8748 -MISC BUSINESS CONSULTING Owner #: 09552 # of Emps: 1 usr1: 143518 usr2: usr3: usr4: usr5: usr6: usr7: M Emergency Contact Info Contact: Phone: W. Page 1 of 1 http://apps. citynet.newportbeachca.gov/masterid/ENC_detail.asp?EID=BT30001584 12/17/2009 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS Oasis Senior Center Audio & Visual Systems CONTRACT NO. 4414 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2-5 PLANS AND SPECIFICATIONS 2-5.3.4 Supporting Information 2-6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6-7 TIME OF COMPLETION 6-7.1 General 6-7.2 Working Days 6-7.4 Working Hours 6-9 LIQUIDATED DAMAGES 6-11 PRE-BID MEETING 1 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 0 W. SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7-7 COOPERATION AND COLLATERAL WORK 5 7-8 PROJECT SITE MAINTENANCE 5 7-8.5 Temporary Light, Power and Water 5 7-8.6 Water Pollution Control 5 7-8.6.1 Best Management Practices and Monitoring Program 6 7-10 PUBLIC CONVENIENCE AND SAFETY 6 7-10.2 Storage of Equipment and Materials in Public Streets 6 7-10.4 Public Safety 6 7-10.4.1 Safety Orders 6 7-10.5 "No Parking" Signs 7 7-15 CONTRACTOR LICENSES 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General 9-3.2 Partial and Final Payment SECTION 16810 — VIDEO — AUDIO SYSTEMS APPENDIX A APPENDIX B Owner Coordination Schedule 7 7 8 8 8 8 9 •� 0) SP2OF20 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of procuring, furnishing, constructing and installing all of the audio and visual equipment, hardware, software, cabling, and equipment racks. The contract includes system maintenance, testing, warranties, system documentation, and training." SECTION 3 ---CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 20 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 ---CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner •) W. SP3OF20 in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. 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 shall be submitted with bid documents and work completed in collaboration the General Contractor's construction schedule. Schedule may be bar chart or CPM style. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract in concert with the attached General Contractor's construction schedule and construction schedule submittal. Work may require phasing and remobilization to adhere to the General Contractor's schedule. 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 1st (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 0 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 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Mon ft is a holiday. If January 1s1, July 4tH November 11th December 24th December 251 or December 31st falls on a Saturday, the Friday before is a holiday." 6-7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:30 p.m. Monday through Friday. SP4OF20 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 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 $123.00 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 agreed construction schedule 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. 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, General Contractor, vehicular and pedestrian traffic, and the public as a result of construction operations or delay the opening of the Oasis Senior Center." 6-11 PRE-BID MEETING. The City will conduct a pre-bid site meeting on the date and at the time specified in the Invitation to Bid. Bidder attendance at this meeting is MANDTORY. Bidders shall meet at the Oasis Senior Center located at 800 Narcissus Avenue. The purpose of the Pre-bid Site Meeting is to acquaint prospective bidders with the site, local physical features, site logistics, obstructions, water and power sources, and security conditions and issues. Included in the bid package is Building Power & Signal Plan As -built drawing (E2.2A) which will be addressed during the pre-bid meeting. The conditions and requirements of these Specifications will govern over any information presented at the Pre-bid Site Meeting. Addenda will be prepared and issued, as necessary, to effect any changes to these specifications. SP5OF20 Bidding contractors will be required to sign in with the General Contractor and wear appropriate personal protective equipment including a hard hat, reflective vest, long pants, and closed toed shoes. SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "The Contractor's cooperation will involve coordinating, working, staging, and scheduling with prime site contractor (KPRS Construction Services, Inc.)." 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-10.4 Safety 7-10.4-1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. 0.1 W SP6OF20 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. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a C-7- Low Voltage Systems Contractor License. At the start of work and until completion of work, the Contractor and all Sub -contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and 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 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 drawings 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 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, testing, delivery, 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: 0) SP7OF20 Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance, financing, and all other related work as required by the Contract Documents to prepare for the work and mobilization to the site. Item No. 2 Audio and Visual System Installation: Work under this Item shall include, but not limited to, furnishing materials, tools, detailed engineering, installation, equipment, and labor to complete all work shown on the Audio/Visual (AV) Drawings and Specifications. The cost of work items referred by the drawings and the preparation, maintenance, operation and training manuals, testing, warranties, system documentation, and training are to be paid under this bid item. Furthermore, payment for this item shall include receipt and warranty certificates stating the City as the owner entitled to warranty coverage. Item No. 3 As Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. Item No. 4 Audio and Visual Systems Training: Work under this Item shall include, but not limited to, furnishing materials, tools, and labor to provide up to 8 -hours of technical training for the City's staff on AV system capabilities, operation, maintenance, and troubleshooting. The specific structure and scheduling of the provided training shall be established by AVC in cooperation with the City prior to completion of installation. An additional 24 hours of training will be provided on an as needed basis within 18 months of system acceptance by City. 9-3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code." 0 SP8OF20 The Contractor shall fully comply with the following AUDIO & VISUAL SYSTEMS' TECHNICAL SPECIFICATIONS which augment, but are not referenced to, sections of the Standard Specifications for Public Works Construction. 0 U At Prepared by Mitch Giffin, Cibola Systems PART 1 - GENERAL 1.1 SUMMARY SECTION 16810 VIDEO/AUDIO SYSTEMS 0 SP 9 OF 20 A. This section includes the following information: 1. Responsibilities of the Audiovisual Contractor (AVC) 2. Audiovisual system requirements 3. Refer to the attached equipment lists and schematics for the following rooms: • Divisible Multipurpose Room (183) • Green Room (178) • Large Divisible Meeting Room (140 & 141) • Large Divisible Meeting Room (143 & 144) • Library (123) • Computer Training Room (125) • Exercise Room (147) • Well Center (154) • Digital Signage 4. Refer to project's and the Electrical Engineer's drawings sets as well as the system schematics and additional audiovisual requirements contained in the following audiovisual drawings: • AV -0 Sheet Index, Audiovisual Electrical Notes, Legend & Low Voltage Diagram • AV -0.1 Ground Floor Audiovisual Key Plan • AV -1.1 Audiovisual Plans, Elevation & Section — Divisible Multipurpose Room (183) • AV -1.2 Audiovisual Electrical Schedule — Divisible Multipurpose Room (183) • AV -2.1 Audiovisual Plans & Electrical Schedule — Green Room (178) • AV -3.1 Audiovisual Plans & Elevation — Small Meeting Rooms (161, 163 & 146) • AV -3.2 Audiovisual Electrical Schedule — Small Meeting Rooms (161, 163 & 146) • AV -4.1 Audiovisual Plans, Elevation & Electrical Schedule — Large Divisible Meeting Room (140, 141 & 143, 144) 0 SP 10 OF 20 • AV -5.1 Audiovisual Plans, Elevation & Electrical Schedule — Library (123) • AV -6.1 Audiovisual Plans, Elevation & Electrical Schedule — Admin Conference Room (108) • AV -7.1 Audiovisual Plans, Elevation & Electrical Schedule — Staff Lounge (138) • AV -8.1 Audiovisual Plans, Elevation & Electrical Schedule — "Friends" Conference Room (122) • AV -9.1 Audiovisual Plans, Elevation & Electrical Schedule — Computer Training Room (125) • AV -10.1 Audiovisual Plans, Section & Electrical Schedule — Exercise Room (147) • AV -11.1 Audiovisual Plans, Section & Electrical Schedule — Wellness/Fitness Center (154) • AVA 2.1 Audiovisual Plans, Section & Electrical Schedule — Art Center (158) • AV -13.1 Audiovisual Plans, Section & Electrical Schedule — Digital Signage • AV -14.1 Audiovisual Plans, Section & Electrical Schedule — Lobby/Family Room (132) • AWD Audiovisual Details • AV -D2 Audiovisual Details • E2.2A Building Power & Signal Plan (As -built Drawing as of November 18, 2009) B. The Audiovisual Contractor (AVC) shall be responsible for coordinating AV system requirements with related work, materials and equipment being furnished and/or installed by others in accordance to implementation schedule (attached). The work done by others will include, but not be limited to, the following where they occur: 1. Line Voltage Electrical & Power — All electrical panels, power receptacles, lighting fixtures, dimmers, lighting controls and interconnecting wiring. 2. Low Voltage Electrical — All conduits, wireways, connection boxes, pull boxes, junction boxes and other accommodations for routing of low voltage signal cabling. 3. AV Equipment Support Structures — Design, fabrication and installation of all structural supports required for rigid connection of AV equipment items to the building structure, (e.g., video projectors, loudspeakers, screens, plasmas, etc.). 4. Related Signal Systems — All voice, data and television signal routing and distribution systems not individually named in this specification shall be provided under separate contract. 0 0 SP 11 OF 20 5. Related Hardware Systems — All telephone, computer, antennas and other hardware and equipment not individually named in this specification shall be provided under separate contract. 1.2 PRINCIPAL WORK A. The principal scope of work shall include equipment procurement, detailed engineering, rack wiring, installation, low voltage cabling and terminations, software, testing, documentation, training, operation and training manuals, and warranty of audiovisual systems for the following facilities in the Oasis Senior Center project. Bid pricing to include the following rooms: • Divisible Multipurpose Room (183) • Green Room (178) • Large Divisible Meeting Room (140 & 141) • Large Divisible Meeting Room (143 & 144) • Library (123) • Computer Training Room (125) • Exercise Room (147) • Wellness/Fitness Center (154) • Digital Signage B. The Audiovisual Contractor (AVC) shall be responsible for providing a complete and working system to the intent of this specification. This includes all equipment, cable, supervision, taxes, markups labor and material required whether expressly specified or not. Wireless systems must not introduce any interference with any other system. The drawings and general provisions of the contract apply to the work in this specification. For related work performed under the general contract please refer to the latest construction documents and audiovisual drawings. C. 1. Prices shall include: • Audiovisual equipment • Project Management • Engineering • Provision and installation of AV low voltage cable and wiring • Installation of all equipment noted on the equipment lists, including equipment designated as CFE • Testing • Training • Warranty • Software • Documentation • Expenses 0 0 SP 12 OF 20 Maintenance Sales Tax 2. Prices shall exclude: • Related construction/furniture • WAN/LAN/telephone line access/CATV distribution equipment and installation • Dedicated computers/peripherals • CFE (City Furnished Equipment) • Wiring of GCFE ceiling speakers • GCFE (General Contractor Furnished Equipment) • Future Equipment D. The bid amount will be valid for 90 days following award of the contract. The bid price will be fixed upon award of the contract. E. AV bidders shall be responsible for all bid preparation costs. 1.3 ENGINEERING, DESIGN, EQUIPMENT PROCUREMENT AND RACK BUILDING A. Engineering and Design: The Audiovisual Contractor (AVC) shall provide all system engineering necessary to develop the complete systems described herein. Engineering and design shall include preparation of all necessary electronic schematics, hardware drawings, custom connector panels, cable and connector lists and system diagrams. B. Equipment and Rack Assembly: The AVC shall procure all equipment as noted in the equipment lists (Appendix B), as well as other equipment required to provide full functionality with the exception of City Furnished Equipment (CFE) and General Contractor Furnished Equipment (GCFE). The AVC shall integrate the equipment in racks as required. Equipment substitutions are not allowed unless a product is unavailable; in this case the AVC shall recommend an equivalent product for substitution pending approval. 1.4 SCHEDULING, PROJECT MANAGEMENT, CONTRACT AND INSURANCE REQUIREMENTS A. The AVC shall provide all necessary project management and supervisory personnel required to assure the accurate, professional and timely implementation of the project. B. The AVC shall prepare an installation schedule subject to review and approval by the Client. Installation of the AV system will occur concurrently with the completion of the building by the General Contractor. The AVC will be required to closely coordinate work with other subcontractor activities. Refer 0 SP 13 OF 20 to attached construction schedule. Final equipment installed when construction is complete and room is clean. C. The AVC shall ensure that all AVC -furnished items are procured, delivered, and installed in accordance with the project schedule. AVC shall be responsible for all equipment until the project is accepted by the City. D. The AVC shall be available to attend weekly construction meetings as requested. F. AV equipment received at the job site needs to be accompanied by a shipping document identifying individual pieces of equipment and serial numbers, to be signed by City. AVC to make prior arrangements with City to inspect and sign for equipment. Equipment to be delivered to secured storage room. AVC to coordinate with General Contractor and City access to secured storage space prior to delivery. G. AVC schedule needs to include the following activities. Milestone dates per GC schedule to be used. Contract award date is planned for January 12, 2010, but subject to the submission of all required documentation from the AVC. a. Order equipment b. Engineering blocks/equipment rack layouts c. Cable pulls, plates, connector lists d. Approved control panel layouts e. Software f. Order plates g. Order cables/connectors h. Build rack in-house i. Test system/signed check -off list/removal of existing equipment j. Pull/terminate cables/plates k. Package systems for delivery I. Deliver systems m. Signed shipper n. Install systems o. Test systems p. Punchlist/signed check -off list q. City training r. As -built drawings/technical reference manual/software to Client s. Warranty commencement 1.5 EQUIPMENT DELIVERY AND STORAGE A. Costs of shipping all AV equipment and related materials to the site as well as costs of unusual off-site storage requirements shall be borne by the AVC. r 0 SP 14 OF 20 1.6 SYSTEM INSTALLATION A. Installation shall include the following: 1. Uncrating, setting in place, fastening to walls, floors, ceilings, counters, or other structures where required of all equipment except as otherwise noted. 2. Termination of low voltage cable and wiring provided and installed by AVC. 3. Equipment alignment and adjustment. 4. Removal of all packing materials and daily clean-up. 5. All other work whether or not expressly required herein which is necessary to result in completely tested and operating systems. B. All equipment shall be firmly secured in place unless requirements of portability dictate otherwise. Fastenings and supports shall be adequate to support their loads and shall comply with all local seismic requirements. C. All exposed mounts, panels and cables shall be finished to match the wall/ceiling where they are installed, unless otherwise noted. D. All boxes, equipment, etc., shall be plumb and square. E. Grounding Practices: Due to the great number of variations possible in grounding systems, it shall be the responsibility of the AVC to follow good engineering practices to minimize crosstalk and to maximize signal-to- noise ratio in the audio and video systems. 1.7 CONTRACTOR QUALIFICATIONS AND BID SUBMITALS A. The Bid Submission must include the following documentation: 1. Organizational chart for the project indicating key project members and responsibility descriptions. 2. Implementation schedule based on the current construction schedule. 3. Cut sheets of all audio visual equipment in electronic format. 1.8 SUBMITTALS & AS BUILT DOCUMENTATION A. The bid submittal must include the following sections: Itemized cost per room for: oEquipment (individual and total) oLabor (refer to Section 1.2.0 for sub -categories) oOverhead and profit oSoftware coding and testing oTax • Total price per room • 0 SP 15 OF 20 Extended price per room type (quantity) x (total price per room) Total bid price B. The bid must be for the equipment specified in the equipment lists and any additional equipment required to ensure a complete and working system. Equipment substitutions are not allowed unless a product is unavailable; in this case the AVC shall recommend an equivalent product for substitution pending approval. AVC must clearly identify any proposed substitutions as such. C. Prior to fabrication and software coding, submit shop drawings/documentation as appropriate for approval of all custom designs pertaining to the audiovisual systems, including the following: 1. Control Panel layouts and control matrix for control systems. 2. All custom control panels, connector plates and designation strips to be punched, engraved or silk-screened. Drawings shall specify all relevant terminology, engraving, finishes, colors and materials. 3. Schematic drawings of custom circuits. 4. All equipment modifications. 5. All modified Audiovisual System design drawings. 6. Shop and field wiring diagrams, including cable types and functional description. 7. Final equipment rack layouts. 8. Shop drawings for custom equipment, including fabrication and installation requirements. D. Upon completion, manufacturers' equipment manuals for each major piece of equipment. One (1) copy per room shall be provided in both hard and electronic format. E. Upon completion, user guide describing control panel operation of audiovisual system. One (1) copy per room shall be provided in both hard and electronic format. F. Upon completion, maintenance manual providing detailed technical information as required to maintain the AV systems. This documentation shall include, but not be limited to, system schematics, equipment calibration settings and maintenance data. One (1) copy per room shall be provided in both hard and electronic format. G. Upon completion, the AVC shall provide City with all of the software used in the project including the control system source code, IR libraries, custom modules, touch panel and Xpanel files. H. The AVC shall provide weekly project status updates to the City and the Audiovisual Consultant up to the date of system acceptance by Client. 41 SP 16 OF 20 I. Other data as listed in these specifications. 1.9 SYSTEM DESCRIPTIONS Reference Appendix A for system descriptions PART 2 -PRODUCTS 2.1 CONTROL EQUIPMENT A. The audiovisual systems in this project have been designed to incorporate software -based audiovisual control systems. These system controls integrate most major AV equipment and automate many presentation functions. This section contains information relevant to all centralized control and processing equipment necessary to meet the operational requirements of the system descriptions listed in section 1.9. B. The audiovisual systems in the Divisible Multipurpose Room (183), Divisible Meeting Room (140, 141 & 143, 144), and the Wellness/Fitness Center (154) are designed using Crestron control systems. The specific equipment is listed in Appendix B. 2.2 PRODUCTION AND TELECONFERENCING EQUIPMENT A. Reference Appendix B for the specific equipment lists. 2.3 MONITORS, DVD's, VCR'S & PROJECTION EQUIPMENT A. Reference Appendix B for the specific equipment lists. 2.4 AUDIO EQUIPMENT A. Reference Appendix B for the specific equipment lists. 2.5 SOFTWARE & SUPPLIES A. Software: 1. The AVC will be required to provide all of the software design necessary to develop the complete systems described herein. All software code will be property of the Client. Control panel layouts to be customized per the Client's requirements. Xpanel files to be created and tested to provide network control of control systems. SP 17 OF 20 B. Cables: 1. All cables installed shall meet applicable standards for the application intended. All cables must be plenum rated. The AVC must schedule installation of all AV cables with the General Contractor. 2. The AVC shall determine building and other regulating authority requirements for cables installed as part of the AV scope of the project. This requirement applies to cables in air plenums as well as other areas. If the cable type indicated does not comply with these requirements, the AVC shall propose alternate cable types, and/or encasement in complying raceways or conduits. 3. The minimum requirements for cable types are listed below: 4. The AVC is responsible for providing clean and organized cable management of all AV cables to the satisfaction of City. C. CONNECTORS 1. Only premium quality cable connectors shall be used. All cable mounted connectors shall be covered by a connector hood or shall have crimp ferrules which securely grasp the cable outer jacket to provide protection to the rear connections made on the connector and provide strain relief for the cable. All connectors shall have incorporated a mechanical means of attaching the connector to its mate to assure that a connector will not become detached unless intentionally removed. 2. Audio Connector Requirements: Circular (XLR type): These shall be premium quality connectors with tarnish resistant contact surfaces. No connection shall be made to the shell terminal unless specifically called out in the drawings. 3. Video Connector Requirements: Only connectors with tarnish resistant contact surfaces shall be used. The center conductor pin and socket shall be captive and finished with gold or silver surfaced over nickel. All connectors shall be specified by the manufacturer as to be acceptable with the specific cable being used. 0 SP 18 OF 20 4. Connector Panel Receptacles: a. Audio (microphone or line level): XLR type. b. Audio (speaker level): Banana Plug connector type. c. Audio (line level): RCA tip & shield or XLR type. Sleeve to be insulated from mounting panel. d. Video: BNC or RCA type. These receptacles shall be "Insulate -from - panel" type. D. POWER CORDS 1. All equipment power cords shall terminate in a standard plug which shall be wired in compliance with applicable wiring regulations. 2. The power cord connector type at the equipment shall be provided by the manufacturer. Custom power connectors shall not be ordered. If the manufacturer provides a choice, a removable power cord is preferred. 3. The power cord may be laced to the rack as long as the cord is removable at the power connector on the piece of equipment. This is to allow removal of the equipment without undoing the cable lacing. Power cords shall not be laced in the same bundle with signal or control cables. If the power cord is an active component of the equipment, the cable shall be dressed separately from all other cables terminating at the equipment to facilitate easy removal of the equipment. PART 3 - EXECUTION 3.1 TESTING, IDENTIFICATION & ADMINISTRATION A. System Performance: The AVC shall perform all tests and adjustment and furnish all test equipment necessary and perform the work required to verify system performance. The scope of this work includes, but is not limited to, the following: 1. Check and adjust all audio, including all inputs and outputs, for compliance with the system specifications. 2. Confirm all remote control functions from all origination points to all controlled locations for proper operation. 3. Check and adjust visual system projected image for uniform brightness, minimum keystone, focus and compliance with the manufacturers' published specifications. Check to determine that all projectors, stands and related devices are rigid and vibrationless in operation. 4. Check, adjust, balance, equalize and calibrate all AV equipment as required for optimum quality. This includes equipment which is provided and/or installed by others. Establish and tabulate normal settings for all level controls. These settings shall be recorded in the maintenance manual for reference. 5. Taking and recording system distortion, hum and noise level measurements. 6. Administering signal circuit wiring checks. SP 19 OF 20 7. Provide test reports to City including audio mixer level settings; detailed list of all equipment and transport functions with verification of successful operation; noise and light level values for each room; system check list for each room including quality checks such as labeling in place, cable management in place and cabling not visible, dusting, equipment neatly mounted on walls, ceilings and in tables; environmental controls operational. B. Audio Performance: The equipment specified for the audio portion of the AV System, when properly installed and adjusted, is capable of meeting the following performance goals. 1. Loudness: Through the general seating area the media and PA audio systems should produce a sound level greater than 90 dB when reproducing typical program material. This specification shall be verified after the system has been equalized to meet the frequency response specification. An approved sound level meter, set to "C" weighting and "SLOW" meter response shall be used to make the measurement. Program peaks should exceed 95 dB without audible buzzing, rattling, clipping or other distortion. 2. Hum and Noise: With system gain set for 85 dB peak levels from any normal program source, electrical noise should not exceed 0.2 volts RMS at power amplifier output terminals. Operation of various system controls such as program source, gain control, lighting controls, etc. should not introduce objectionable noise into the system. 3. Frequency Response: Using accepted and approved 1/3 octave analysis procedures the response of left and right channels will be equalized to within 3 dB of the specified PA and Media Acoustic Response. This requirement may be altered if the Engineer requests a modified response contour to meet specialized requirements or to match other existing sound systems. It is important that loudspeakers crossover settings and equalization be trimmed to result in the closest possible match between left and right loudspeakers, as measured at a favorable listening location on the centerline of the screen. C. Video System Performance: 1. Given that the equipment related to video presentation in the audiovisual system represents a variety of different specifications, the quality of a particular display is dependent on the optimization of each link in the signal chain preceding it. Generally, when properly installed and adjusted, all standard video will conform to the NTSC specification. Computer generated video should meet the specification for the particular image type. 2. In addition to accurate color presentation, displays should achieve the equipment manufacturer's specified light output with minimal edge falloff. The brightness ratio of the video image should be sufficient to produce i SP 20 OF 20 good contrast as demonstrated by the even transition from black to white on the gray scale. 3.2 CUTOVER & TRAINING A. Requirements: The AVC shall provide up to 8 hours of technical training for the City's staff instructing them on AV system capabilities, maintenance and troubleshooting. The specific structure and scheduling of the provided training shall be established by AVC in cooperation with the City prior to completion of installation. An additional 24 hours of training will be provided on an as needed basis within 18 months of system acceptance by City. 3.3 SUPPORT & WARRANTY A. Requirements: The AVC shall warrant all custom designed equipment and the overall audiovisual system installation for a period of one (1) year from date of acceptance. The system warranty shall include parts and labor. The manufacturers' equipment warranties shall apply to all purchased equipment. If equipment modification by the AVC voids the manufacturer's warranty, the AVC shall assume the equivalent equipment warranty. General Contractor Furnished Equipment (GCFE) and City Furnished Equipment (CFE) shall be excluded from the warranty. Upon completion, provide serial numbers and warranty information of all equipment as part of turnover documentation (in burned Compact Disc -CD format) and soft copy spreadsheet format for City record. Define date warranties begin. END OF SECTION FAUsere5PBMhared\Contracts\FY 09-1Wasis AV Systems C-44145Bid Package\AV SPECS_C-4414.doc i APPENDIX A Ll 0 APPENDIX A Project Name: Oasis Senior Center System Descriptions Date: 09 -Nov -09 Component I. AV7 Divisible Multipurpose Room (183) 1.1 Visual Display 1.1.1 16:9 Projector, 720p 1.1.2 16:9 Portable Projector 1.1.3 Rear projection screen, 92" x 164" 1.1.4 Front projection screen, 54" x 96" 1.2 AV Sources 0 Quantity Purpose 1 Location Notes 1 Displays all AVldsta sources to On Lift in Ceiling participants on rear projection Room A screen Lift GCFE 1 Displays all laptop data from Portable AV Cart respective lecterns and dvd shared between Rm player on portable cart A. B&C 1 Displays all AV/data sources Ceiling, Room A Screen GCFE from ceiling mounted projector 2 Displays all AV/data sources Ceiling, Room B&C Screen GCFE from portable AV cart points; Stage 1.2.2 CAN tuner, HO 1 Cable N display Equipment rack CFE 1.2.3 5 disc DVD Player 1 Media playback Equipment rack 1.2.4 Portable DVD Player 1 Media playback Portable AV Cart 3 connection shared between Rm points; Stage A,B&C (1), Rm B(1)& Rm C (1) 1.2.6 MP3 Player Input 3 Media playback Equipment rack (1) & Lectern (2) 1.3 Data Sources 1.3.1 Laptop computer Input 4 Routes laptop input to all visual Lectern Rm A (2 Laptop CFE panel displays positions), Center of Rm A (1), Rear of combined space (1) 1.3.2 Laptop computer input 2 Routes laptop input to divisible Lectern Rm B (1), Laptop CFE panel room projectors Lectern Rm C (1) Copyright, 2008 Cibola Systems Corporation 0 0 1.4 Audio Reproduction 1.4.1 Ceiling speakers 16 Reproduces all AV, data and 3 Zones; Rm A (8), Provision and master control 1.6.2 Combined mode 1 Rm A acts as primary room with voice sources Rm B (4), Rm C (4) Installation zones; wireless touchpanel is the mode main control panel 3 Allows local equipment operation Room A, Room B, GCFE 1.4.2 Gooseneck Microphone 2 Originates audio at lectern Lectern Rm A (2 combined w/ A wireless touch panel separate. A,B,C enabled PC positions), Shared Lectern Rm B&C 1.4.3 Wireless Lavaliere 2 Originates audio for room Mobile Rm A & Microphone combined space 1.4.4 Wireless Handheld 2 Originates audio for room Mobile Rm A & Microphone combined space, on stands 1.4.5 Choir Microphones 3 Originates audio from stage Ceiling above stage Removable 1.4.6 Assistive Listening Device, 10 Assistive listening for hearing Transmitter in Rm A & RF impaired equipment rack, combined headsets mobile space 1.4.7 Stage Speakers and 3 Reproduces all AV, data and Stage Subwoofer subwoofer voice sources works with stage & ceiling spkrs 1.4.8 Wired Microphones 5 Originates audio for room Center stage floor On stands box 1.4.9 Wireless Headset mic 1 Originates audio for room Mobile Rm A & combined space 1.4.10 Antenna Extension 1 Extend wireless microphone LV125 antennas for better coverage 1.5 Cameras 1.5.1 Portable camera input 2 Sends video to AV system for Room A&B Camera CFE projection; receives audio signal born AV system 1.6 Signal Routing 1.7 Remote Control 1.6.1 Internal router, HD 1 Distributes all local AV/data Equipment rack signals to screen and loudspeakers master control 1.6.2 Combined mode 1 Rm A acts as primary room with Equipment rack audio distributed to all speaker zones; wireless touchpanel is the mode main control panel 3 Allows local equipment operation Room A, Room B, 1.6.3 Divided mode 1 Each room operates Modes are A,B,C independently using wall touch combined; BC panels, Room A can use the combined w/ A wireless touch panel separate. A,B,C enabled PC separate 1.7.1 Wireless control panel 1 Allows local equipment operation, Mobile, Rm A Provides enviornmentals (shades, lighting) master control in combined mode 1.7.2 Wall -mount Touchpanel 3 Allows local equipment operation Room A, Room B, Room C 1.7.3 IP enabled remote control 1 Allows system control from any PC CFE enabled PC Copyright, 2008 Ctbola Systems Corporation II. AV2 Green Room (178) 2.4 Audio Reproduction 2.7 Remote Control n u Component Quantity Purpose 1 2.4.1 Calling Loudspeaker 1 Reproduces all AV and data audio sources from Rm A 2.7.1 Push Button Control Panel 2.7.2 IP enabled remote control Allows local volume control Allows system control from any enabled PC Location Notes Ceiling Provision and Installation GCFE wall Volumelmute only, shares control system with Div Mull Rm (AV1) PC CFE Copyright, 2008 Cibola Systems Corporation 0 0 Copyright, 2008 Cibola Systems Corporation Component Quantity Purpose Location Notes IVa. Large Divisible Meeting Room (140, 141) 1 4.1 Visual Display 4.1.1 Plasma Display, 65' 2 Displays all AV/data sources Wall, 1 in each 141 FUTURE room 4.1.2 Front projection screen 1 Displays all AV/data sources Ceiling, 141 Screen GCFE from portable AV cart, when room Is combined 4.1.3 Portable Projector 1 Displays all laptop data from Portable AV cart Portable AV respective lectems and dvd connects at floor in Cart used when player on portable carts 141 rooms combined 4.1.4 Whiteboard 2 For use wl dry erase markers Wall, 1 in each GCFE room 4.2 AV Sources 4.22 CAN tuner, HD 2 Cable TV display Equlpmerd rack CFE, 1 FUTURE 4.2.3 DVD player 2 Media playback Equipment rack 1 FUTURE 4.2.4 DVD player 1 Media playback for projector, Portable AV cart connects audio through ceiling speakers connects at floor in directly to 141 portable projector 4.2.5 Aux Audio Input Panels 2 For MP3 players Wall, 1 in each MP3 Player room CFE 4.2.6 Video game Input 2 Media playback Wall, 1 in each 1 FUTURE room 4.3 Data Sources 4.3.1 Laptop computer input 4 Routes laptop input to all visual 2 per room; floor (1), laptop CFE panel displays wall (1) 4.3.2 Laptop computer input 1 Routes laptop input to portable Portable AV cart laptop CFE, panel projector connects at floor in connects 141 directly to portable projector 4.4 Audio Reproduction 4.4.1 Ceiling loudspeaker 12 Reproduces all AVand data audio Ceiling, 6 per room provislon and sources including Installation GCFE 4.4.2 Wireless Lavaliere 2 Originates voice for room Mobile, 1 in each Microphone room 4.4.4 Assistive Listening Device, 4 Assistive listening for hearing Transmitter in RF impaired equipment rack, headsets mobile, 2 in each room 4.6 Signal Routing 4.6.1 Internal router, HD 1 Distributes all local AVldata Equipment rack signals to screen and loudspeakers 4.7 Remote Control 4.7.1 Wall -mount Touchpanel 2 Allows local equipment operation Wall, 1 in each 141 FUTURE, room add cover plate 4.7.2 IP enabled remote control 2 Allows system control from any PC CFE enabled PC Copyright, 2008 Cibola Systems Corporation 4.7.3 Push Button Control Panel 1 Allows local volume control On cover plate for Volume/mute FUTURE only touchpanel Component quantity Purti Location Notes IVb. Largo Divisible Meeting Room (143,144) 1 4.1 Visual Display 4.1.1 Plasma Display, 65' 2 Displays all AV/data sources Wall, 1 in each 144 FUTURE room 4.1.2 Front projection screen 1 Displays all AVldata sources Ceiling, 143 Screen GCFE from portable AV cart, when room is combined 4.1.3 Portable Projector 1 Portable AV cart Portable AV Displays all laptop data from connects at floor in Cart used when respective lecterns and dvd 144 rooms player on portable carts combined 4.1.4 Whiteboard 2 For use wt dry erase markers Wall, 1 in each GCFE room 4.2 AV Sources 4.2.2 CAN tuner, HD 2 Cable TV display Equipment rack CFE, 11 FUTURE 4.2.3 DVD player 2 Media playback Equipment rack 1 FUTURE 4.2.4 DVD player 1 Media playback for projector Portable AV cart connects connects at floor in directly to 144 portable projector 4.2.5 Aux Audio Input Panels 2 For MP3 players Wall, 1 in each MP3 Player room CFE 4.2.6 Video game input 2 Media playback Wall, 1 In each 1 FUTURE room 4.3 Data Sources 4.3.1 Laptop computer input 4 Routes laptop input to all visual 2 per room; floor (1), laptop CFE panel displays wall (1) 4.3.2 Laptop computer input 1 Routes laptop input to portable Portable AV cart laptop CFE, panel projector connects at floor in connects 144 directly to portable projector 4.4 Audio Reproduction 4.4.1 Ceiling loudspeaker 12 Reproduces all AVand data audio Ceiling, 6 per room provision and sources installation GCFE 4.4.2 Wireless Lavaliere 2 Originates voice for room Mobile, 1 in each Microphone room 4.4.4 Assistive Listening Device 1 Assistive listening for hearing Mobile, 2 in each impaired room 4.6 Signal Routing 4.6.1 Internal router, HD 1 Distributes all local AV/data Equipment rack signals to screen and loudspeakers 4.7 Remote Control 4.7.1 Wall -mount Touchpanel 2 Allows local equipment operation Wall, 1 in each 144 FUTURE, room add cover plate 4.7.2 IP enabled remote control 2 Allows system control from any PC CFE enabled PC Copyright, 2008 Chicle Systems Corporation Copyright, 2008 Cibola Systems Corporation • • 4.7.3 Push Button Control Panel 1 Allows local volume control On cover plate for Volume/mute FUTURE only touchpanel Component Quantity Purpose Location Notes V. AVS Library (123) 1 5.1 Visual Display 5.1.1 Plasma display, 65" 1 Displays all AV/data sources to Wall participants 5.2 AV Sources 5.2.2 CAN tuner, HD 1 Cable TV display Media cabinet CFE 5.3 Data Sources 5.3.1 Laptop computer input 2 Routes laptop input to all visual Table (1), Wall (1) laptop CFE panel displays 5.4 Audio Reproduction 5.4.1 Ceiling speakers 6 Reproduces all AV and data Ceiling Provision and audio sources installation GCFE 5.6 Signal Routing 5.6.1 Internal router, HD 1 Distributes all local AV/data Equipment rack signals to screen and loudspeakers 5.7 Remote Control 5.7.1 Universal Remote 1 Allows local equipment operation Mobile and volume control 5.7.2 IR extender 1 For CAN remote control Plasma Copyright, 2008 Cibola Systems Corporation Copyright, 2008 Clbola Systems Corporation • r Component Quantity Purpose Location Notes IX. AV9 Computer Training Room (126) 1 9.1 Visual Display 9.1.1 Plasma display, 65" 1 Displays all AVldala sources to Wall participants 9.2 AV Sources 9.2.1 CATV tuner, HD 1 Cable TV display Equipment rack CFE 9.3 Data Sources 9.3.2 PC Computer input panel 1 Routes PC to all visual displays Table PC CFE 9.3.3 Flash drive input 1 Connects to PC Table 9.4 Audio Reproduction 9.4.1 Plasma speakers 2 Reproduces all AV and data Plasma audio sources 9.6 Signal Routing 9.6.1 Internal router, HD 1 Distributes all local AV/data Equipment rack signals to screen and loudspeakers 9.7 Remote Control 9.7.1 Universal Remote 1 Allows local equipment operation Mobile and volume control 9.7.2 IR extender 1 For CATV remote control Plasma Copyright, 2008 Clbola Systems Corporation Component Quantity Purpose Location Notes X. AV10 Exercise Room (147) 1 10.2 AV Sources 10.2.1 CD Player wl path control 1 Media playback Equipment rack 10.2.4 Aux Audio Input Panel 1 Aux Audio for MP3 Player Equipment rack MP3 Player CFE 10.4 Audio Reproduction 10.4.1 Ceiling loudspeaker 16 Reproduces all audio sources Ceiling Provsion and Installation GCFE 10.4.2 Wireless Headset 2 Originates voice audio of Mobile instructors 10.4.4 Ceiling Subwoofer 1 Reproduces low frequencies for Ceiling all audio sources 10.6 Signal Routing 10.8.1 Internal muter, HD 1 Distributes all local AV signals to Equipment rack loudspeakers 10.7 Remote Control 10.7.1 Manufacturer's Remote 1 Allows local equipment operation Mobile Copyright, 2008 Gibes Systems Corporation 0 Component XI. AV71 WellnesWFitnoes Center (154) 1* Quantity Purpose Location Notes 1 11.1 Visual Display 11.1.1 LCD display 32" 4 Displays all AV/data sources Ceiling 11.2 AV Sources 11.2.1 CD Player, 5 disc 1 Media playback Equipment rack 11.2.2 CATV tuner, HD 4 Cable TV display Equipment rack CFE 11.2.4 Aux Audio Input Panel 1 For MP3 Players Equipment rack MP3 Player CFE 11.4 Audio Reproduction 11.4.1 Ceiling loudspeaker 8 Reproduces all audio sources Ceiling Provision and installation GCFE 11.4.2 FM Transmitter 4 Transmits CAN audio over FM Behind TVs Receivers CFE 11.6 Signal Routing 11.6.1 Internal router, HD 1 Distnbutes all local AV signals to Equipment rack loudspeakers 11.7 Remote Control 11.7.1 Wall -mount Touchpanel 1 Allows local equipment operation Wall 11.7.2 IP enabled remote control 1 Allows system control from any PC CFE enabled PC Copyright, 2008 Cibola Systems Corporation XIII. AV13 Digital Signage 13.1 Visual Display 13.3 Data Sources • Component Quantity Purpose 1 • Location Notes 13.1.1 LCD display. 48" 2 Displays all AV/data sources to Lobby (1) participants Entry(1) 13.3.1 Digital Signage Server 2 Routes data to LCD Behind LCD Server and software CFE Copyright, 2008 Cibola Systems Corporation APPENDIX B - EQUIPMENT LISTS PmjW: Delis Senior Center Facillry: DIVIsIble Multipurpose Rcom(I&S) ITEM# QTY UNIT MANUFACTURER PART NUMBER DESCRIPTION�PECIFYBRAND&MODEL COST i EXT. COST Y/N 1 1 ea GCFE GCFE Motorized rear projection screen (GCFE) GCFE 11 GCFE 2 1 ea GCFE GCFE Mororized frond projection screen (GCFE) GCFE GCFE 3 1 ea GCFE GCFE Motorized projector hit (GCFE) GCFE GCFE 4 1 ea Anlhro GT0381( 30' AnthmCart 5 1 ea PmfcfeT Megrlta PDS -PLUS Untvemal Projects Mount 6 1 ea Sanyo PDG-DHT100L 6500 Lumen DLP projector, 1080p 7 1 u Sanyo LNS-W52 0.8:1 flied lens for PDG.DHT1001. 8 1 ea Sanyo PCL-WXU700 3800 Lumen projecls, WXGA 9 1 ea CFE CFE HD CAN Tuner (CFE) CFE CFE 10 1 ea Middle Atlantic U2 Fixed Reck Shelves 11 1 ea Middle Atlantic RSH -4A Rack Mount 12 1 es Sony DVP.NS710WB DVD player 13 1 ea Sony OVP-NC8001-7B 5 disc DVD Changs 14 6 ea CFE CFE PC/Laptop(CFE) CFE CFE /5 3 on Exbon 70,284-11 vTTo01 MAAP 16 2 so Emron 70-285.11 VTA001 MAAP 17 1 ea Ewen 60.582-01 VT8001 18 1 ea Ewen 60583-17 CPM104 Black - no cable guards 19 16 ea GCFE GCFE OSC AP-C152ST (GCFE) GCFE GCFE 20 2 a Ausotechnka ESSISC18 18"gooseneck mic wl RF shielding 21 3 ea Audiolechnica ESS33C Cardioid Chub Microphone 22 3 ea Damp Nexla CS Audio DSP 23 1 as ED A7S-450 18"Subwoofer 24 2 ea JBL Cornro129AV-1-WH Control 29AV Wall Speakers 25 1 ea Listen LT -800-072 LT -800 Stationary Transmitter (72mhz) 26 10 ea listen LR300472 LR300 Digital Receiver 27 1 on, Listen LA -326 Rack Mounting Kit 28 10 ea Listen LA -161 Ear Buds 29 2 as limen LA -324 8-Uns Charging/Carry Case with Removable Ud 30 1 ee Listen LA -125 Antenna Ka Is Rack Mourn 31 10 ea Listen LA -362 Batteries 2 -Pk 32 3 as DSC ISA300TI 390. 70V Amplifier 33 1 ea Shure ULXPI4130 ULX Bodypack with WH30TOG Headset Microphone 34 2 ea Shea ULXPI4183 ULX Sadyleack with W1-183 Lavaliere Microphone 35 2 ea Shure ULXP24BEfA58 ULX Handheld with Sets% Microphone 36 5 ea Shue Boa53A Wired Handheld Microphone 37 2 ea Shure UA440SW B Antennae & Power Distribution 38 2 s Shure UAS30SWB In-Une AmplBier 39 7 ea Shure MS -16C Floor Stand, Chrome Cibcla Systumm Ceryoratlon, Ccpyrght2g07 g:lproiluvMwatermarMenp\mist\rmtemwikegl¢rNlrovms.xk APPENDIX B - EQUIPMENT LISTS Project: awls Senior Gaoler Facility: Dlvlslble Multlpmpose Rpom (183) ITEMS QTY UNIT DESCRIPTION COST EXT.COST YM SUBSTITUTIONS TZNBL ITEM R OTY UHT MANUFACTURER PARI NUMBER DESCRIPTION (SPECIFY BRAND 1i MODEL) COST EXT, COST YIN 40 2 as Shure S37A Desk Stand Sofhrare 41 lea Ewan 60-838-01 MVX 168 VGAA 42 1 eA Furman PS-8RS2 Power Sequencer System InalallstipNAssembly 43 2 as Middle Atlantic UOFP-2D Rack Fan won Temperature Display 44 2 eo Middle Atlantic PD -2015R -NS 20 owlat Power Strip 45 2 as Middle AtWdic ERK-3520LRD 35 Space Equpment Rack less rear door 46 2 as Middle Atlamk ERK-RR35 25 Space Rear Rails 47 2 as Middle Atlantk ERK-VT Vented Top for Equipment Ranh • 48 2 as Middle Adsrdlc CBS-ERK-20 Wheelbase 8 Castors for Rack 49 1 as Crestron AV2 Duel Bus Cartrol System 50 1 as Creation C2ENET-1 Single Pon 10/100 Ethernet for Z -Bus Slat 51 1 as Creation CAGE2 3-CaM Expansion Cage for AV2 52 1 as Crestron CNXRY-8 8 Relay Card 53 1 as Cnisoon CNRJll 4 Wire to RJ 11 Convener 54 1 as Creatmn ST -VS 4 Video Sync Sensors 55 1 as Creation ST-RMK Rack Mount 56 t as Crewmen C2N-SPWS300 300W Power Supply 57 1 as Crestron TPMC-8X lays 8' W i-Fi Touchpanel 58 1 as Crasdron TPMC.SX-DS Docking Station/Charger for TPMC-8 58 3 as Crestron TPS -61-&T Isys® S7" Wall Mounl Touchparal CEN -WAP -ABG -POE - 60 fes Crestron PWE-CM Ceiling mounted WAP 61 lea Urdksys WRT54G Wireless Router 62 1 all Unksys BEFSR41 4 port switch 63 1 I Custom Custom Plates 64 1 his As Required Custom Misceleneous Cables and Connectors ITEMS QTY UNIT DESCRIPTION COST EXT.COST YM 65 Hour Project Management 66 Hour Engineer 67 Hour Sofhrare . 68 Hour Documentation 69 Hour Training 70 Hour System InalallstipNAssembly 71 Hour SS rt Wag 72 73 74 Equipment Subtotal (hems 1 - 64) 0.00 Non -Equipment Subtotal (items 65 - 71 0.00 Additional Services (items 72-74) 0.00 California Sales Tax (8.25%) 0.00 Shipping Grand Tatty 0.00 GDOR Systems Corporator, Copydgh12007 g:µxol�+++e'aratorrarkker0`e01ie11watatmatka�iNaYrao�rs.xb APPENDIX B • EQUIPMENT LISTS Project: Oasis Senior Center Facility: Green Room (178) SUBSTITUTIONS TAXABLE MW![eNrrrw1 i 1 an GCFE GCFE GrSCAP-C152ST(GC.FE._) GCFE GCFE 2 1 ea Crestron CNX-B4 4 Button Wa4mounted Keypad 3 1 bt Custom Custom Plates 4 1lot As Required Custom Miscellaneous Cables and Connectors TAXABLE ITEM# OTY UNIT DESCRIPTIONCOST EXT. COST YM 5 Hour Project Management 6 Hour Engineer 7 Hour Sotlwere S Hour Documentation 9 Hour Training TO Hour System Installation/Assembly 11 Hour Basic Warranty 8 Support 12 13 14 F-0uipment Subtotal (items 1-4) Non -Equipment Subtotal (items 5-111 Additional Services (items 12-14) California Sala Tax (8.25%) Shipping Grand Total 0.00 0.00 0.00 0.00 0.00 CWde B'pteau Caporatlm, CCPyrot2007 gYayarmuutereq.ds • APPENDIX B - EQUIPMENT LISTS Project: Oasis Senior Center Facility: Large Divisible Meeting Room (143,144) SUBSTITUTIONS TAXABLE Ciliate Systema CoMorahon, Copyright 2007 g:Uwyerunsstereq.4s -GCFE ear GCFE GCFE Motorized from projection screen (GCFE) GCFE as Anthro GT03BK 30" AnthroCart as Panasonic TH-65PFIIUK Panasonic 66' Plasma, 1080P ea Premier Mounts FM3 Universal Mount for 61-, Plasma as Sanyo PCL-WXU700 3800 Lumen projector, WXGA ea CFE CFE HD CATV Tuner (CFE) CFE CFE as Middle Atlantic U2 Fixed Rack Shelves • as MMtlia Atlantic RSH -4A Rack Mount ea Sony DVP-NS710H/B DVD player as CFE CFE PC / Laptop (CFE) CFE CFE ea CFE CFE White Board (GCFE) GCFE GCFE ea GCFE GCFE OSC AP-Cl52ST (GCFE) GCFE GCFE ea Biamp Nonia CS Audio DSP ea Listen LT -800-072 LT -800 Stationary Transmitter (72mhz) as Listen LR -300-072 LR -300 Digital Receiver as listen LA -326 Rack Mounting Kit as Listen LA -161 Ear Buds 0a Listen IA -317 4 -Unit CharginglCarrying Casa as Listen LA -125 Antenna Kit for Rack Mount an Listen LA -362 Batteries 2 -Pk as MC ISA3007i 300w 70V Amplifier ea Shure ULXPI4183 ULX Sodypack with WLi 83 Lavaliere Microphone as Shure UA440SWB Antennae 8 Power Distribution as Eutron 60.799-01 MVX 128 VGA A as Furman PS-8RS2 Power Sequencer as Middle Atlantic UOFP-2D Rack Fan with Temperature Display as Middle Atlantic RKW Casters for Rack as Middle Atlantic RK -12 21' Equipment Rack as Middle Atlantic RRF-12 Rack Rails (Gly. 2) ea Crestren AV2 Dual Bus Control System an CresVon C2ENET-1 Single Port 10/100 Ethernet for Z -Bus Slot ea Crestron CNRJl1 4- Wire to RJ1 l Converter as Crestron ST -VS 4 Video Sync Sensors as Crestron ST-RMK Rack Mount as Crestron CN-PWS75 75W Power Supply as Crestron CNX-B4 4 Burton Walknuumed Keypad ea Crestron TPS-6LB-T Isys®S.7" Wall Mount Touchpanel as Linksys WRT54G Wireless Router lot Custom Custom Plates lit As Required Custom Miscellaneous Cables and Connectors Ciliate Systema CoMorahon, Copyright 2007 g:Uwyerunsstereq.4s APPENDIX B - EQUIPMENT LISTS project: Oasis Senior Center Facility: large Divisible Meeting Room (143, 144) SUBSTITUTIONS TAXABLE RFU R DTv 11Nrr UANIIFAlTIIRFR PART NIIURFR nFIw:RIPDON ISPECIFY BRAND & MODEL) COST EXT. COST YIN .--....:r'v 1 1 as, --':, r,A .: ,r. A: ...:..'-:.:..... GCFE GCFE i" 71, ..%- . ..Aa. . '� I e. iw....ir:. JAO..:: -n. - csu:.. Motorized from projection screen (GCFE) GCFE GCFE 0.00 2 1 an Anthro GT038K W AnthroCan 0.00 Shipping TAXABLE O.DD ITEM F OTY UNIT DESCRIPTION COST EXT. COST YIN ,: .. 41 Hour .. .. . — : .. .....: project Management ,. .. . - 42 Hour Engineer 43 Hour Softvare 44 Hour Documentation 45 Hour Training 45 Hour System Installation/Assembtr 49 50 Equipment Subtotal (items 1- 4D) 0.00 Non -Equipment Subtotal (hems 41 - 47) 0.00 Additional Servicas(dems 48-50) O.DD California Sales Tax (8.259/6) 0.00 Shipping Grand Total O.DD Cbola Systems Corporation, Copyright 2007 g:Ibur6masteregAs • APPENDIX B - EQUIPMENT LISTS Project: Oasis Senior Center Facility: Library (123) SUBSTITUTIONS TAXABLE Equipment Subtotal (items 1- 22) Non -Equipment Subtotal (items 23 - 29) Additional Services (items 30 - 32) Cal0omia Sales Tax (5.25%) Shipping Grand Total $0 $0 $D $D $D Cabala Systems Corporation. Copyright 2007 B'�buyxrlmaslera4.rEs • 0 TAXABLE ITEM C OTV UNIT �TH-65PFIIUK CAST EXT. COST VM 1 I ea Panasonic 24 Hour Panasonic 65' Plasma, 10SOP 25 Hour 2 1 ca Premier Mounts FM3 Universal Mount for 61+" Plasma Training 3 I ea CFE CFE HD CATV Tuner (CFE) CFE CFE 4 1 ea Middle Atlantic RSH -4A Rack Mount 32 5 2 ea CFE CFE PC / Laptop (CFE) CFE CFE 6 6 ea GCFE GCFE QSC AP -01 52ST (GCFE) GCFE GCFE 7 1 ca QSC ISA300Ti 300w 70V Amplifier 8 1 ea RDL PS -24A Power Supply 9 1 ea RDL ST-MX3 Line Level Mixer 10 1 ea Furman PS-8RS2 Power Sequencer 11 1 ea Middle Atlantic UQFP-2D Rack Fan with Temperature Display 12 1 ea Middle Atlantic RKW Casters for Rack 13 1 ea Middle Atlantic RK -20 21) Space Equipment Rack 14 1 ea Middle Atlantic RRF-21 Rack Rails (Qty 2), Cut to 20' 15 1 ea Extron 60-340-01 System 7SC 16 1 ea Extron 70-145-01 18 701 17 1 ea Xantech 781C Power Supply 18 1 ea XameCh CB20 Connecting Block 19 2 ea Xardech 282-00 Mini Emitter 20 1 on Xamech 480-85 LCD Friendly Clink Link 21 1 lot Custom Custom Plates 22 1 101 As Required Custom Miscellaneous Cuss and Connectors Equipment Subtotal (items 1- 22) Non -Equipment Subtotal (items 23 - 29) Additional Services (items 30 - 32) Cal0omia Sales Tax (5.25%) Shipping Grand Total $0 $0 $D $D $D Cabala Systems Corporation. Copyright 2007 B'�buyxrlmaslera4.rEs • 0 TAXABLE ITEM C OTV UNIT DESCRIPTION CAST EXT. COST VM 23 Hour Project Management 24 Hour Engineer 25 Hour Software 26 Hour Documentation 27 Hour Training 28 Hour System Installation/Assembly 29 Haur Basic Wartan 8 Su rt 954 .. ,'r .....:. ..:, 30 31 32 Equipment Subtotal (items 1- 22) Non -Equipment Subtotal (items 23 - 29) Additional Services (items 30 - 32) Cal0omia Sales Tax (5.25%) Shipping Grand Total $0 $0 $D $D $D Cabala Systems Corporation. Copyright 2007 B'�buyxrlmaslera4.rEs • 0 APPENDIX B - EQUIPMENT LISTS Project: Oasis Senior Center Facility: Computer Tralning Room (126) ITEM # OTY UNIT MANUFACTURER PART NUMBER DESCRIPTION SPECIFY BflAND 8 MODEL COST EXT. COST VM 27 Equipment Subtotal (items 1. 17) $0 77. ., ,., ... Additional Son•ices (items 25 - 27) s0 1 1 ea Panasonic TH-65PFllUK Panasonic 66'Plasma, 1080P 2 1 ea Premier Mounts FM3 Universal Mount for 61+" Plasma 3 1 ee CFE CFE HD CAN Tuner (CFE) CFE CFE 4 1 ea Middle Atlantic RSH -4A Rack Mount 5 1 as CFE CFE PC I Laptop(CFE) CFE CFE 6 1 ea Panasonic TY-SP65PIIWK Speakers for 65'plasma(pair) • 7 1 as Furman PS-8RS2 Power Sequencer 8 1 ea Middle Atlantic RKW Casters for Rack 9 1 ea M'Wtlle Atlantic RK -12 21"Equipment Rack 10 1 ea Middle Atlantic RRF-12 Rack Rails (Ory. 2) 11 1 ea Harmony Harmony 1 Universal Remote Control 12 1 ea Xamoch 781C Power Supply 13 1 ea Xantech CB2O Connecting Block 14 1 ea Xantech 282-00 Mini Emitter 15 1 ea Xantech 480-65 LCD Friendly Drink Link 16 1 lot Custom Custom Plates 17 1 of As Required Custom Miscellaneous Cables and Connectors 'ITEM# OTY UNIT DESCRIPTION COST EXT. COST YIN 18 Hour Project Management 19 Hour Engineer 20 Hour Software 21 Hour Documentation 22 Four Training 23 Hour System InslallatiordAssembly .. _ .. 25 26 27 Equipment Subtotal (items 1. 17) $0 Non -Equipment Subtotal (Items 18-24) $0 Additional Son•ices (items 25 - 27) s0 Calltomla Sales Tax (8.25%) $0 Shipping Grana Total $0 Cloda Syslems Corporation, Copyright 2007 g:laneftamueg'As APPENDIX 8 - EQUIPMENT LISTS Project: Cattle Senior Center Facility: Exercise Room (11417) ITEM 0 QTY UNIT MANUFACTURER PART NUMBER DESCRIPTION SPECIFY BRAND & MODEL� COST EXT. COST YIN 19 Hour Engineer . ...... .... .... . .. I I ea Denon DN -C636 Studio GO Player w/ Pitch Control 2 16 ea GCFE GCFE OSC AP -Cl 52ST (GCFE) GCFE GCFE 3 1 ea Denton DN-A300M Stereo Reclaver 4 1 ea JBL Control 1 OCST Ceiling svbwooter (70V) 5 1 ea OSC ISA500'ri 500w 70V Amplifier 6 2 as RDL PS -24A Power Supply 7 3 as ROL ST-MX3 Line Leval Mixer • a 1 as Shure DFR22 Equalizer 9 2 ea Shure ULXP14/30 ULX Bodypack with WH30TOG Headset Microphone 10 1 as Shure UA440SWB Antennae & Power Distribution 11 1 Go Furman P"RS2 Power Sequencer 12 1 ea Middle Atlantic UQFP-2D Rack Fan with Temperature Display 13 1 ea Middle Atlarnic RKW Custom for Rack 14 1 ea Middle Atlantic RK -20 20 Space, Equipment Rack 15 1 Go Middle Atlantic RRF-21 Rack Rails (Qty 2), Cut to 20" 16 1 W Custom Custom Plates 17 1 to As Required Custom Miscellaneous Cables and Connectors ITEM# OTY UNIT DESCRIPTION COST EXT. COST YIN 18 Hour Project Management 19 Hour Engineer 20 Hour Software 21 Hour Documentation 22 Hour Training 23 Hwy System Installation/Assembly 24 Hour Basic Warren & Su rt 25 26 27 Equipment Subtotal (items 1- 17) $0 Non -Equipment Subtotal (Items 18-24) $0 Additional Services (items 25-27) $0 California Sales Tax (8.25%) $0 Shipping Grand Total $0 Cil,clei Systems Corporation, Copyright 20Y7 g.lbuyeA,rxrstveq,1s MEMO QTY IBiT OESOAIPTON COST - APPENDIX S • EQUIPMENT LISTS v HW, Pnpegt Mane9omant .. ,.. .,...•••.• r .. ... •. Project Oa&s Senior Center 29 Hou, S01Mmm FecllilY WSM1eWFHtiu Center (156) 31 Hour Tmimng 32 H., Sym Inambfia YAaearIIM1A' SUBOW1RNIN5 TA LE MEMO OW UNM MANUFACTURER PART NIMiER DESCRIPTION SPECIFY BRANDS MODEL COST E%T. COST YM .. .. .. ._ .. M-,..:;,;. _. V. 1 6 ea Chlei MC9V Flat Parcel Siigle Ceiling Mount Dupex 90 2 6ea Chiet o pukr kit so 3 9 as NEC LCO3215 WW215 32-LCoWXGAuffled WXGA 0 6 an CFE WE NO CWa Tuner (CFE) CFE CFE 5 1 ea NatalSony Atlantic Ra Rack nt S l ea Sorry OVHIY e00HB DVD nger ] S ea GCFE GCSE GCFE OSC PV 162 O APC182ST (GCFE) GCFE GCFE S l ea C.SC T 300w 10upply kr 0t 9 1 ea ADL P844 PSQaA Power Supply • f0 Iea RDL ST-BfN3 Line Laval Mixer 11 6 no Supreme Pro Autlb SPASM FM nenaMlmr 12 1 ea Extron 80-690-011 Mat, DA 15 1 ea Enron 60.18020 RSF 129 16 1 os Furman PSBRS2 PowerTer 16 l no Middle AllanBp UQFP2O an nith Rod, Fan la Tampnawre Display 18 lea MWle Alumna RK-1 Cadent for Raq 17 2 ea MMBk Atlantic RK-12 21-EgapmeM Rack 18 Zea Middle Raq RNIB (Ory. 2) 19 lea C'esurl C,.w.. tons MP2E 266MIPS Pratessarwr Na CeN 20 I ca Craamn CNR311 RA2�wmns1 Co tronvMG 21 1 as Cmmmn ST-Com Dal AS2 2 Co Dual RS232 Control MDtluka 22 1 an Creslmn ST-AMK -RMK Req FNunt 23 1 ea C.eatmn CN-PWS76 TSW,5.7'WSupply 26 lea Cmmmn TPULCosta. -T Mo klysOplate S.T Wall Mount ToucM1panal ' 26 1101 Custom Gado. Pkka 28 llot As flequim8 Ce$10m Miscellaneous Cmlos and Connemora MEMO QTY IBiT OESOAIPTON COST - EXT. COST Y/N ' v HW, Pnpegt Mane9omant .. ,.. .,...•••.• r .. ... •. 28 Hour Engineer 29 Hou, S01Mmm 30 Hou, Documentation 31 Hour Tmimng 32 H., Sym Inambfia YAaearIIM1A' 33 H. 8 m • RRr��Beayk�Warm .. . = 95 36 Egolpmem SUCwwI (hemt 1.26) 90 No Equiymers Suhtowl(ikms 2J-33) W Additional S.1 s(iw. 3a -SO) so CaiHomia Saks Tax (8.26%) MI Shz;adv Grand Tata) EO CboM S/6[ems CorynnGon. CapyfgM200] B'SUKNnade.eida APPENDIX B - EQUIPMENT LISTS Project: Oasis Senior Center Facility: Dlgltsl Signage SUBSTITUTIONS TAXABLE ITEM # OTY UNIT DESCRIPTION COST EXT. COST Y/N 1 2 ea Chief PST16+PSB2045 Mount for 46" LCD 2 2 ea NEC LCD4615 46" LCD 1080P 3 2 ea CFE CFE Digital Signage Server (CFE) CFE CFE 4 1 lot Custom Custom Plates 5 1 lot As Required Custom Miscellaneous Cables and Connectors ITEM # OTY UNIT DESCRIPTION COST EXT. COST Y/N 6 Hour Project Management 7 Hour Engineer 8 Hour Software 9 Hour Documentation 10 Hour Training 11 Hour System Installation/Assembly 12 Hour Basic W marily & support 13 14 15 Equipment Subtotal (items 1- 5) $0 Non -Equipment Subtotal (items 6 -12) So Additional Services (items 13. 15) $0 California Sales Tax (8.25%) $0 Shipping Grand Total $0 abob Systeme Corporation, Copyright 2607 g?buyeNnsatereq.tle Owner Coordination Schedule City of Newport Beach OASIS Senior Center Owner Coordination Schedule Ip Tialk Nam Dural I Stan I Finish retle®sevrs2010 at Nor pec Jan Feb M Jun Jul Au Se 1 ntrosedan based on KPRS schedule dal lis ( 2W08i FRness Building Ready lar AV and PhonWDea lnslslla6on Fitness CemrOrywell CeOinya Fitness Center Install T.&I Ceilia, . .. Fitness Cenfar lnetag T -bar CeilTiles3days Fitness Censer Final Clean "- Fail Coal Pniahl at Mind BuldIng Ready lar AV aid PhoodData Installation .. -Admin Bu0din90rywa0Celin9a 180 days Iday ;iDdayi ]days 5 days 20 days t day' 100 ays; Fri 01115110 Tisa OBninO F0011l&l0 Fd DIM5110 Ties' Tom O&2Y1V TW(OKt0110 Wed 04(Oi110 Fn0 ill Two 0420110' Man 08/14/10 Fn 0&f BItO Mon 08121/10 F6 0 7/16110 6 Mon 09115!10 Mon Q IiMo Woo 4 Wad MroiltOTueO4121V10 : ; � � � � � : • p ; : �� • 2 3 4 5 e 7 B 9 10 Admi. Budding lnalall T -Bar Cailirp ]days: Thu 06MW10 Fn0.IWIO 11 "Ird. N9w,Iitall i.bar Ceilbaj Tits f0 days: Fn 0528110 Fn 0&11110 12 Atlmin Building Foes Clean ]days Too 0]20110 Wetl D112&10 13 Admin Battle, Punchlin 15 doge Win:070110 TUa 0&10110 ' 14 Mvitipuryoee 8viidnp Read/ br AV antl PM1OrrlOata Innallagan 1 day Man U42W1U Mon M2W10 15 MUNpupwe Bvilding Drywall Ceilings 9days Too 0427110 Fit OW 7110 16 MUNpurypse Budding Notes T Ber Ceiling Till Tue W11&10 Wetl M311D Q +i Mulfipuryose Bu3tl14g InstillT 6erCeiling Tlea 10 days Thu UM1110 Wedomanli 18 Muldpumose Building; Final Clean 'MlulipahnNis Guiding PUnciew 5days 10 days' Wod0W11110 Too 0W17/10 Wad0&1&t0 Tue 0W91nfi 18... .. :. 19 20 .. .............. AV Met,. 6 Bid Racki 190 tlsye Mon 112&00 Toe08/2W10 1 32 Bid Process 3.4 M1 Mai 112WIp Thu l Vl7M9' [� 29 A.M .. . Mogw.to Pmaed pwkf 2 vrLs T..01(12/11) Tue 01/12/1022 ... Tue Gti1211G Tue 0112&10.23 24 25 AV Pmcudanda axes Wetl D127/1D Wetl0D17110o24 26 AV instalbam 3 wk¢ Tue OMil10 Mon 0&1]1102,8,1<,2B ; .... 27 Final AV Equipmenumlillatlan end Taginy Irk Wed 0&10/10 Tue 062W10:16 2g 29 .... 6e+tgn d. Bitl Peckepe 139 days .... Men 1D1191119 Mon 05110110; I FEW 30 PhnouDii Oneah send Spai5mdes. 7wks Man 111,19M Wetl 12N13/0B. PiaDen Bid elhine s 3yNs Thu 12110/D3 TBu 12YJ1i09,30 31 32 Old Pmdo. 3wks Man DIVIID Mon 0185Itis 31 33 Awani 4wks Tua0120110 Tue 022311032 M PnonalDnro Cable Pmcummenl 'i'vk 'V%6d 01f2M10 Tue OL02h090 35 Phonecata Cable Initiatives. 2vhs "NaD447110 Mon 051101102.0.14,11 umRum, Manures,d E9ulpmint (FP'aeY 219 days Man lOn&09 Tue 08131110 37 ]B FF8E6alacipW' - ........... ..:.:........... Pinner. aid Pa4age 10wka 3wks Man 1011&& no lmim0 Mon01N//10 "Mon 01051163840 : ..:........... Bitl Process 3wke Tue012&10 Tue (2118/1D 39 41 AwBN " 4wki­VWed&W10 Tu. daliO%10t0 42 FFSE Pmeumnant amore ilik il1L10 Wetl07MVID41 d3 FFBE InaUBatlpn at Fimeea Canter 2adoe Thud) 0110 Wed Olins d2,6 44 FFAE Insta6atinn at Admin Buliding 2wFa TM1u072WIO Wed06111/1042,4 45 FFBE Installation at Mmtipurpme SuI141V gal Wetl O&1&10 Tua0B131/1042,18 Center Took -::-:"-: o -.:"."r." Milestone ♦ Rolled Up Said ............. Enamel Tasks Deadline Split ............. Summary V �V Raise UP MileMone O Plated Sunmary ff Progress Rallied Up Task Rvlled Up Progress Exlemal Miestane ♦ Page 1 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 3g 1160-j'ol D AN 12 711.11 Agenda Item No. 7 January 12, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Peter Tauscher/Junior Engineer 949-644-3316 or ptauscher@newportbeachca.gov SUBJECT: OASIS SENIOR CENTER - AUDIO & VISUAL SYSTEMS AWARD OF CONTRACT NO% Recommendations: 1. Approve the project plans and specifications. 2. Award Contract No. 4414 to Cibola Systems for the Total Bid Price of $241,562.00 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish a construction contingency amount of $24,438.00, approximately 10 percent, to cover the cost of unforeseen work. Discussion: As the new Oasis Senior Center building construction moves toward 50% complete, staff has now started identifying and purchasing the furniture, fixtures and equipment (FF&E) necessary to complete and occupy the new facility. One of the major FF&E items is the facility's audio and visual systems. On December 17, 2009, at 10:00 a.m., the City Clerk opened and read the following bids for the purchase and installation of the audio and visual systems for Oasis: TOTAL BID AMOUNT $222,845.00 $241,562.00 $247,921.72 $254,816.92 $254,820.32 "$222,845.00 Bid rejected As noted in the bid summary, Global Presenter's bid is being rejected for cause. Following the bid opening, a comprehensive review of the bid documents was conducted which revealed that Global Presenter had not submitted the required Bidder's Bond. The City Attorney's Office was consulted for direction and it was determined this was more than a minor irregularity and/or informality pursuant to Public Contract Code Section 22300; BIDDER Rejected Global Presenter Low Cibola Systems 2 Audio Associates 3 Edwards Technologies, Inc. 4 Anderson Audio Visual 5 Global Presenter TOTAL BID AMOUNT $222,845.00 $241,562.00 $247,921.72 $254,816.92 $254,820.32 "$222,845.00 Bid rejected As noted in the bid summary, Global Presenter's bid is being rejected for cause. Following the bid opening, a comprehensive review of the bid documents was conducted which revealed that Global Presenter had not submitted the required Bidder's Bond. The City Attorney's Office was consulted for direction and it was determined this was more than a minor irregularity and/or informality pursuant to Public Contract Code Section 22300; i i Oasis Senior Center Audio & Visual Systems — Award of Contract No. 4414 January 12, 2010 Page 2 gonsequen%wy eir bid has been rejected. Staff is recommending award to the next low bidder, Cibola` ystems. The total bid amount of $241,562 is approximately 10.5 percent below the Engineer's Estimate of $270,000.00. Cibola Systems possesses a California State Contractors License Classification "C-7" as required by the project specifications. A check of Cibola Systems' references indicates they have satisfactorily completed similar projects for the Metropolitan Water District, City of San Diego, and Coast Community College. Pursuant to the Contract Specifications, the Contractor will be working in concert with the general contractor, KPRS Construction Services, Inc. Environmental Review: On December 9, 2009, the City Council approved Mitigated Negative Declaration ND2008- 002 for the New OASIS Senior Center and the temporary trailer complex constructed in the parking lot off 5t' Street across from the site. Public Notice: The Notice Inviting Bids was advertised in the City's official publication. Funding Availability: There are sufficient funds available in the following account for the project: Account Description Account Number Amount General Fund 7453-C1002007 $ 241,562.00 Total: $ 241,562.00 Proposed uses are as follows: Vendor Cibola Systems Cibola Systems Various Prepared y: Peter Tauscher Junior Civil Engineer Attachments: Project Location Map Purpose Construction Contract $ Construction Contingency $ Printing and Incidentals $ Total: $ Submitted by: Amount 241,562.00 24,438.00 1,000.00 C G Badum -.�ic Wo S Director 267,000.00