Loading...
HomeMy WebLinkAboutC-2001 - Replace lighting system at Balboa & Newport PiersTO: CITY COUNCIL FROM: Public Works Department March 26, 1979 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: ACCEPTANCE OF LIGHTING 5YVEM REPLACEMENT, BALBOA AND NEWPORT PIERS` RECOMMENDATION: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the replacement of the lighting systems on the Balboa and Newport Piers has been completed to the satisfaction of the Public Works Department. The bid price was: $ 51,900.00 Amount of unit price items constructed 51,900.00 Amount of change orders 880.69 Total Contract cost 52,780.69 Funds were budgeted in the General Fund (Account No. 02- 3397 -137) One change order was issued providing for the modification of a portion of the pier rail and a piling connection to accommodate the new lighting standards This change also included installation of two additional pull boxes and the wire for the Marine Safety ocean temperature gage. The design engineering was performed by the Public Works Department. The contractor is Smith Electric Supply of Stanton, California. The contract date of completion was September 29, 1978. After the contract award in June, it was decided to postpone the start of construction until mid September. The contractor then experiencedextended delays in obtaining the wooden poles and sodium vapor luminaires, both of which are sole source items. Construction was finally started on November 14, 1978 with all work being completed on January 5, 1979. all Ben,7amin S. Nolan Public Works Director '1 .• TO: CITY COUNCIL FROM: Public Works Department June 26, 1978 CITY COUNCIL AGENDA ITEM NO. H -2(f) SUBJECT: LIGHTING SYSTEM REPLACEMENT ON BALBOA AND NEWPORT PIERS, 1977 -78 (C -2001) RECOMMENDATION: Adopt a resolution awarding Contract No. 2001 to Smith Electric Supply for $51,900 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Smith Electric Supply was the sole bidder for the project. The bid was received and opened in the office of the City Clerk at 10:30 A.M. on June 13, 1978. The contractor's bid of $51,900 is 10.4% higher than the Engineer's estimate of $47,000. Funds in the amount of $50,000 are available in Project Account No. 02- 3397 -137. A budget amendment transferrring $3500 from the Beach Stabilization Program (includes $1600 for contingencies) has been prepared for Council consideration. The project provides for the installation of a new lighting system to replace the old deteriorated lighting system on the Balboa and Newport Piers (See attached exhibit). The new lighting standards will be located on one side of the piers only, rather than on both sides as are the existing lights. However, the new high pressure sodium vapor luminaires will provide better illumination with less energy consumption than the existing incandescent units. Additional lighting can be proposed in a future budget if the lighting level of the new installation is found insufficient. Smith Electric Supply is well qualified to perform the work. The contractor has successfully completed similar lighting projects for other cities. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is September 29, 1978. Joseph T. Devlin Public Works Director ED: do Att. AA✓M"r.40 AAEFRAOMAP 40AWAY 41AWA I /RE /ACACW MXTlOMO fitAL�4 /NOf T/MSeR L/ONT STANOARO CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DRAWN 424-W DATE ' APPROVED PUBLIC WORKS DIRECTOR R.E. NO. I- IdWrINV 3YSre4f REPLACEMENT B.41- Ba4 ANO AWAWal wr Avlefw 1977-1978 C -eoo/ DRAWING NO. EXHlB/T v 'tn Ci ?Y C=:. RESOLUTION NO. 9 39 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SMITH ELECTRIC SUPPLY IN CONNECTION WITH THE LIGHTING SYSTEM REPLACEMENT ON BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 /I/- a (/) WHEREAS, pursuant to the notice inviting bids for work in connection with the lighting system replacement on Balboa and Newport Piers, 1977 -78, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of June, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SMITH ELECTRIC SUPPLY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of SMITH ELECTRIC SUPPLY for work in connection with the lighting system replacement on the Balboa and Newport Piers in the amount of $51,900 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor.and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ATTEST: City Clerk ADOPTED this 26th day of June , 1978. Mayor DDO /kb 6/19/78 (2015.5 C.C.P.) SIAIE OF CALIi ORNIA• SS CoJni'y 01 I am a citizen of the United S:alec end a refidcnf of the Coun I afore =aid; I am m er fhe a,re of ei�hlr -aa �'�:a r <, and not a par by to or inlen _d ed in the mstler. I am the. pi ;ncilul ck:rk, of the jrrinit.. -of the Nei, i';ort 14arbor Ensign newspaper of general circu',alion, printed and pub- lished �%ccklc in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged d news- paper of general circulation by the Superior Court of the County of Orange, State of California, under the date of .day IS, I95I, CASE NUMBER A -2017£ that the notice, of Nrhicb the annexed is a printed copy (set in tope riot smaller than nonpareil). has been published in each regular and en- tire issue of said newspaper and not in any supplement thereof on the following dates to wit: May 25, 1978 ........... ........ __ ........................... ..... .... .... ......... I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 9 dayof Jun 1978 Signature :rill E. Coasl lj y., Corona dcl 'tar, California 92F25. PROOF OF PU iup roorof Publication of NOTICE INVITING BIDS Contract No. 2001 1 Ic I­ Fr " r i- L A i. , . I .,cy, _ I F. F Technical Ab' lLtyandEx- t ' t ...e 1 PUBLIC NOTICE These documents shall be 1 CITY OF NEWPORT BEACH affixed with the signature ' c 0 r "t t I - `'1 I CALIFORNIA and titles of the persons sign - (- 7 of 1 NOTICE INVITING BIDS ing on behalf of the bidder. I SEALED BIDS will be re- ceived at the office of the City For corporations, the sign- , lures of the President or Vice _ - (1 1- - !._!�-, [, :1::,_ .: -dtt:� Clerk, City Hall, Newport � President and Secretary or y p I Assistant Secretary are re- :; t „r ur ;;j i, .:cl _ _ ._r;;t Beach, Cdiforma, until 10:30 quired and the Corporate Seal A.M. (a- p iltermimd by tele- .. .::;I: 1 .: •t'il' ph one timgaignal) on the 13th shall be affixed to all docu- day of June, 1978, at which ments requiring signatures. In ' time they will be opened and the case of a Partnership, the lead, for performing work as signature of at least one gen- " % ' ' 1 ^ ` " t follows: era] partner is required. .............. PRASE I— LIGHTING No bids will be accepted SYSTEM REPLACEMENT ON j from a contractor who has not BALBOA AND NEWPORT been licensed in accordance .............. .. -- PIERS with Di the Provisions of Chapter 1972 -78 9, vision 111 of the Business CONTRACT NO. 2001 and Professions' Code. The Bids must be submitted on contractor shall state his lic I' the proposal form attached ens a number and classilica" 1 with the contract documents Pion in the proposal. j! furnished by the Public Works " Department. The additional i copy of the proposal form is to be retained by'the bidder for j•:;.;:'.`t' a; 1�!:`:ele 'h.;�I R,e - his records. - fo:,,.;:; iti Irri¢ .::�d ro:,rct. P.:;Itd of ?,: a -pal Pica ch. Each bid must be accom. Panied by cash, certified check or Bidders Bond, made - payable to the City of Newport Beach, for an amount equal to. at least 10 percent of the i amount bid, _ The title of the project a �. the words ., "SEALED BID" e .- be cleatly "marked on the.o" ide of i",is envelope co tauY- c thgbid - gg 3 T}ie - cant YBct idol tits, � - hat must be iromplete e.2e- I u led, and returned is the _ as led bid are:. ProPosg1 7] B. Designation of Sub cdn= IY . +actors C. Bidder's Bond r, (',:'.f `:.. :c{a "=:5. D. Non" collusion Affidavit ' E. Statement of- Financial itenponsiblhty "0��'r a One set of plans and con. tract documents, including special provisions, may be ob. , tained at the Public Works De. partment, City Hall, Newport Beach, California, at no cost to j licensed contractors. It is re- !, quested that the plans and contract documents be re- turned within 2 weeks after the bid opening. The City has adopted the Standard Specilicuions for i Public Works Construction (1976 Edition) as prepared by i the Southern California Chap. ters of the American Public Works Association and the Associated General Contras tors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, Califor. nia 90034,(213) 870-9871. The City has adopted Stan. dard Special Provisions and Standard Drawings. Copies of these are available at the Pub - lic Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance acceptable to the City. The successful low bid- der will be required to com plete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance com- pany or surety company lic. ensed by the State of Califor- nia. The companies must also have a current general policy -. holder's rating of A or better; and a financial category of at least Class X as per the laterr" L-1 edition of Best's Key Bating Guide (Property - Liability). In accordance with the pro- visions of Article 2, Chapter 1, Part 7 of the California Labor i Code (Sections 1770 at seq.), the Director of Industrial Re- lations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be per. ! formed for each craft, classi- fication, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all pro. visions of the California Labor Code relating to prevailing wage rates (Sections 1770. 1781 inclusive). The contras for shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such I+ bids. NOTE: This contract will be t funded with Federal Revenue Sharing Funds; therefore, all work to be done under this contract must comply with the Davis -Sarno Act which re- J quires that the City must re- ceive weekly certified payroll statements from the contractor I and all subcontractors and must verify that all wages and fringe benefits. paid were 'n I. - coruplf- 3,9'1th. the Davis - t Bacon Act Publish: May 25 and June 1',' ;147 m the .vF..pe,t Hyu -r MAY 22 1978 By the CITY COUNCIL CITY OF MIltw"'V n -, TO: CITY COUNCIL FROM: Public Works Department 0 May 22, 1978 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: PHASE I-- LIGHTING SYSTEM REPLACEMENT WBALBOA AND NEWPORT PIERS, 1977 -78 (02001) RECOMMENDATIONS: 1. Approve the plans and specifications for the subject project. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on Tuesday, June 13, 1978. DISCUSSION: This project provides for the installation of approximately 2400 feet of P.V.C. electrical conduit and 20 timber light standards with high pressure sodium (H.P.S.) luminaires to replace the existing deteriorated incandescent lighting system on both piers. In Phase I, the contractor will be installing new timber light standards on only the easterly side of each pier, instead of following the existing staggered pattern on both sides. According to the lighting charts for the one -side pattern, the H.P.S. luminaire with a special prismatic refractor should increase the lighting level with a lower energy cost to the City. A sketch is attached showing the proposed installation. If the lighting level of the new installation is found to be inadequate, Phase II would be proposed in a future budget. This phase would consist of installing 5 new light standards on the westerly side of each pier in a pattern staggered from the Phase I installation. The plans and specifications were prepared by the Public Works Department. The engineer's estimate for Phase I is $47,000. There are sufficient funds available in project account No. 02- 3297 -137. The estimated completion date for the project is September 1, 1978. eph Devlin l i c rl�s Director „ Att. �"w/ rlwae,P L /OHT OMNA9.ARO CITY OF NEWPORT BEACH L /OHT /NO erareo,IN Rfo .4ceMENT 0.41- 49a4 ANO /YEAV~r AEA9 /F77- IF %B O -eool APPROVED DATE PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. All Smith Electric Supply 10792 Knott Avenue Stanton, CA 90680 Subjecti Surety I C Mutual Insurarom Company Bonds Nos. t il Project I t of Li0ft System an Rft3ewloomn and Balboa Pion Contra" No. 1 2001 The City Council an Mat dVL26, 1979 accepted the work of subject project and audmolved the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Rewder on March 23, 1979, In Book No. 130949 Pap 1939. Please notify your surety company that bonds may be released days after recording dam DORIS GEORGE City Clerk swk cc Public Works Department April 9 Smith Electric Supply 10792 Knott Avenue Stanton, CA 90680 Subjecti Surety I C Mutual Insurarom Company Bonds Nos. t il Project I t of Li0ft System an Rft3ewloomn and Balboa Pion Contra" No. 1 2001 The City Council an Mat dVL26, 1979 accepted the work of subject project and audmolved the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Rewder on March 23, 1979, In Book No. 130949 Pap 1939. Please notify your surety company that bonds may be released days after recording dam DORIS GEORGE City Clerk swk cc Public Works Department RECORDING REQUESTED &Y, AhD MAIL TO CITY OF NEWPORT BRACH 3300 W. Newport Blvd. Newport Beach, Calif. 40253 ! BK 113084-pc 98 92660 NOTICE. OF COMPLETION EXEMPT PUBLIC WORKS C12 To All Laborers and Material Men and to Every Other Person Interested: the YOU WII..L PLEASE TAKE NOTICE that on Public Works project consisting of the replacE Newport and Balboa Piers on which Smith Electric was the contractor, and Cove was the surety, was completed. VERIFICATION I, the undersigned, say: J on the CIT F NEWPO/R�T BEACH CAL Public 'Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 27, 1979 t Newport Beach, California. z � a I �- �- 4;:�- 1)� Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on March 26, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 27, 1979 at Newport each, California. y Gldrrk RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 30 Per 3 P,M, MAR 281919 LEE A. BRANCH, County Rec"r City Hall 3300 W. Newport Blvd 640 -2251 Date: March 27, 1979 Lee A. Branch County Recorder P. 0. Box 238 j Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of the Replacement of the Lighting System on the Newport and a oa ers Contract No. 2001 on which SmIth Electric Company was the Contractor and Coyenant Mutual insurance Company was the surety. Please record and return to us. Very trul yours, /Doris George City Clerk City of Newport Beach Encl. OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2061 Project_ Lighting Date 'October 5, 1978 stem Re lacement ewport iers, 1977- Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Smith Electric Supply Address: 10792 Knott Avenue, Stanton, CA 90680_ Amount: $ 51,900.00 Effective Date: 107�a8 Resolution No. 9394 Att. cc: Finance Department [� A'�Doris GeofJe T. Approved by the City Council this 22nd day of May, 1978. ,fforis George, ity Cler, CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR PHASE I LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS 1977 -78 CONTRACT NO. 2001 SUBMITTED BY: SMITH ELECTRIC SUPPLY Contractor 10792 Knott Avenue Address Stanton, California 90680 City Zip Code (714) 827 -3820 Telephone No. $51,900.00 ota Bid Price M Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determined by telephone time signal) on the 13th day of June , 1978, at which time they will be opened and read, for performing work as fo lo—T ws: PHASE I -- LIGHTING SYSTEM REPLACEMENT ON BALBOA AND NEWPORT PIERS 1977 -78 CONTRACT NO. 2001 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t� he CCorporate Seal shall be affixed to atl documents requiring signatures. In the case of a arship, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) N Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -71 -J Page 2 All bids are to be computed on the basis of the given estimated quantities cf work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 256378 Classification C -10 Accompanying this proposal is Bidder's Bond (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. ( e_ 8F_er Phone Nu e� ""0 —�— June 13. 1978 Date Bid er s Name (SEAL) ut orize Signature Authorized Signature Cnrnnretinn Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: .. • GIM u ME ROM �433 23 M.1 29M N-MV4 11-gq I. . y 0* Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SMITH ELECTRIC SUPPLY Bidders Name S /J, Harold Smith Authorized Signature Type of Organization (Individual, Co- partnership or Corp.} Corporation 1 FOVINAL SEE CITY CLERK'S FILE Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC SUPPLY , as Principal, and COVENANT MUTUAL INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 10/ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of PHASE I, LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. 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, we hereunto set our hands and seals this 13th day of 19 78 Corporate Seal (If Corporation) SMITH ELECTRIC SUPPLY Principal o . n (Attach acknowled ement of Attorney -in -Fact Dimitra Srhmancc_ Notary.Pnhlic — COVENANT MUTUAL INSURANCE COMPANY Commission 1989 Surety By S /Arthur J. Clement Jr. Title Attorney -in -Fact 00 NON- COLLUSION AFFIDAVIT N Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 13th day of June , 19 78 . My commission expires: 24 July, 1981 SMITH ELECTRIC SUPPLY S /J. Harold Smith, President S /Edith J. Stephens Notary Public F0#§j0INAL SEE CITY CLERK'S FILE #00 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. SMITH ELECTRIC SUPPLY S /J. Harold Smith. President Signed 00 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1969 Huntington Beach Pier Lighting 1973 Seal Beach Pier Lighting 1977 City of Redland (7141793 -2641 • Ijqljvmlmw MUM 1 1111091• •, SMITH ELECTRIC SUPPLY S /J. Harold Smith Signed LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 26, 1978, has awarded to SMITH ELECTRIC SUPPLY hereinafter designated as the "Principal ", a contract for PHASE I - LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other.supplies or teams used in, upon, for, or about the per- formance 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 SMITH ELECTRIC 91TPP7Y as Principal, and CUVENANT MUTUAL TN4LTRANCF (,uMPANY as Surety, are held firmly.bound unto the City of Newport Beach, in the sum of Twenty Five Thousand Nine Hundred Fifty and NO /100 Dollars ($25,950.00 ), said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This 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 • • Page 9 (Labor and'Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of July , 1978 (Executed in Quadruplicate) Seal) r ( Principa and line and' ilne COVENANT MUTUAL INSURANCE COMPANY (Seal) Name of Surety 260 S. Los Rob e Ave. Suite 214 L M31V ignature ano iit�e or ALBERT G. RUBEN & CO. ress 27'� -101 Teleph1one No. of Agent 3] State of California County of Los Angeles _ss. On this 5th ARTHUR J. CUNT, JR. day of July , 19-18 before me personally came to me known, who being by me duly sworn, did depose and s Insurance Company, the Corporation described in and which the seal of said Corporation; that the seal affixed to said ins by authority granted to him in accordance with the thereto by like authority :, ,,. ::C ;r.l!_ OFFC.E IN - -. r, Rr -LES CO!]NTV - .. :[ 9;�ril JO, 1982 ay: that he is Attorney (s) of Covenant Mutual executed the foregoing instrument; that he know(s) trument is such corporate seal; that it was so affixed n COVENANT MUTUAL INSURANCE COMPANY ' Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Arthur J. Clement, JR. its true and lawful Attorney (s)-in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: iatw L.' Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 1 Vice PfesidOdt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. ..j.•� / .- .`pf.,•!! :..�lo`, ��sf,�.- rN:- c +...C.. ��- /�'f(�(/ls'i6.%rr•f� -) r lj +O TA Ar .i ; i Notary Public VA My commission expires March 31, 1978 CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 5th day of ,July 19 78 Assistant Secre y 0 Page 10 BOND NO 006959 PERFORMANCE BOND PREMIUM $311,00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 26, 1978, has awarded to SMITH ELECTRIC SUPPLY hereinafter designated as the "Principal ", a contract for PHASE I - LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, SMITH.ELECTRIC SUPPLY as Principal, and COVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that.if the.above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration .thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said 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 to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 (Performance Bond - Continued) 0 Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 5th day of July 19 78_. Approved as to form: I r City\,Attbrn ey (Executed in Quadruplicate) Authorized Stgnstture and Title COVENANT Zw JTUAL INSURANCE_ COMPANY_ (Sea]) Name of Surety 260 S.. Los Robles Ave. Suite 214 Pasadena, California 91101 ss 51gnatuWYand¢¢TStle of AUtnorizep Agent Arthur J. Cl ent, JR. Attorney In Fact Address of Agent Albert G. Ruben and Co. 96o1 Wilshire Blvd. elepnone No. or Agen 273 -1101 State of California County of Los Angeles ss. On this 5th day of July , 19?8, before me personally came ARTHUR J. CLII,NT, JR. to me known, who being by me duly sworn, did depose and say: that he is Aftorney(s)- in -Facf of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is su5h corporate seal; that it was so affixed by authority granted to him in accordance with the By -Laws ofAre-seid orporation, an that he i�ned his name thereto by like authority. / raw (Nofary re) COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Arthur J. Clement, JR. its true and lawful Attorney (s)-in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) •in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal isrequired, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: I �, Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By 1 Vice Pfesididt On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice Presidentand Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. / OT A Li i♦ Notary Public w M •.— } My commission expires March 31, 1978 tom: Ay01.tG� =' we .. .....i. 'r CERTIFICATION I, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 5th day of July 1978 Assistant Secre y M CONTRACT M Page 12 r-. THIS AGREEMENT, made and entered into this tj r 14, day of by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and SMITH ELECTRIC SUPPLY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of PHASE I. LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in t e manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. so Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem Wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA ' y� Mayor ATTEST City Clerk SMITH ELECTRIC SUPPLY.: Contractor SEAL) By: J. Title r � By: Title Approved s to for ity tt me CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PHASE I LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS CONTRACT NO. 2001 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2001 in accordance with the City of Newport Beach Drawing E- 5021 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Remove and dispose of all existing Lump Sum facilities shown on plans. (Balboa Pier only) @ Sixteen hundred Dollars and No Cents $ 1,600.00 $ 1 6on_an Lump Sum 2. 1 Remove and dispose of all existing Lump Sum facilities shown on plans. (Newport Pier only) @ Sixteen hundred Dollars and No Cents $ 1,6nn_on $ t,6p0_00 Lump Sum 2 Install timber light standard, base, Each and double luminaire on Balboa Pier com- plete in place. @ Sixteen hundred fifty Dollars and No Cents $ 1,650.00 $ 3,300 00 Per Each �-- s®_ __ _.,..,- ��.. v..-.... �—_. ..v,- ' "_sG'- �a °aw�.w.- t.,. - -:; -- s ..�. .., n...i._iL.���_..:.: �.. s,:.x..x.•._..._.:.i. ..c. _. a PR2of2 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. 4 Install timber light standard, base, EaFF and double luminaire on Newport Pier complete in place. @ Sixteen hundred fifty Dollars and No Cents $ 1.650.00 $ 6,600.00 Per Each 5. 8 Install timber light standard, base and Each luminaire on Balboa Pier complete in place. @ Thirteen hundred Dollars and No Cents $ 1. on-no $1n.4nn_on Per Each 6. 6 Install timber light standard, base and Each luminaire on Newport Pier complete in place. @ Thirteen hundred Dollars and No Cents $ 1.300.00 $ 7,800.00 Per Each 7. 1 Install all P.V.C. conduit and conductors Lump Sum on Balboa Pier complete in place. @ Ten thousand Dollars and No Cents $10,000.00 $10,000.00 Lump sum 8. 1 Install all P.V.C. conduit and conductors Lump sum on Newport Pier complete in place. @Ten thousand six hundred Dollars and No Cents $10,600.00 $10,600.00 Lump sum TOTAL PRICE WRITTEN IN WORDS Fifty -one thousand nine hundred Dollars and No Cents $ 51.900.00 Contractor's License No. 256378 Bid er's Name SUPPLY Date June 13. 1978 uthorized Signature IF Fs ,�Q ., •n. (714) 827 -3820 Telephone Number M M A. Removal of Existing Facilities . . . . . . . . . . . . . . . . 3 B. Laminated Timber Light Standards . . . . . . . . . . . . . . . . 3 C. Steel Base for Light Standards . . . . . . . . . . . . . . . . 3 D. Galvanizing . . . . . . . . . . . . . . . . . . . . . . . . . . 4 E. Luminaires. . . . . . . . . . . . . . . . . . . . . . . . . . . 4 F. Conduit and Conductors . . . . . . . . . . . . . . . . . . . . 4 & 5 G. Asphaltic Mastic . . . . . . . . . . . . . . 5 H. Stainless Steel Support Straps for Conduit . . . . . . . . . . 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR PHASE I LIGHTING SYSTEM REPLACEMENT, BALBOA AND NEWPORT PIERS 1977 -78 Section CONTRACT NO. 2001 Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. SPECIFICATIONS . . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 & 2 V. WORK TO BE PERFORMED BY THE CITY . . . . . . . . . . . . . . . . . 2 VI. EQUIPMENT ON NEWPORT AND BALBOA PIERS . . . . . . . . . . . . . . . 2 VII. DEMOLITION PERMIT . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. PUBLIC PROTECTION . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 X. CONSTRUCTION DETAILS A. Removal of Existing Facilities . . . . . . . . . . . . . . . . 3 B. Laminated Timber Light Standards . . . . . . . . . . . . . . . . 3 C. Steel Base for Light Standards . . . . . . . . . . . . . . . . 3 D. Galvanizing . . . . . . . . . . . . . . . . . . . . . . . . . . 4 E. Luminaires. . . . . . . . . . . . . . . . . . . . . . . . . . . 4 F. Conduit and Conductors . . . . . . . . . . . . . . . . . . . . 4 & 5 G. Asphaltic Mastic . . . . . . . . . . . . . . 5 H. Stainless Steel Support Straps for Conduit . . . . . . . . . . 5 L� SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS 1977 -78 CONTRACT NO. 2001 40 SP 1 of 5 The work to be done under this contract consists, in general, of the removal and disposal of existing steel light standards, conduit and conductors, and of the furnishing and installing of timberlight standards, conduit and conductors, metal bases and luminaires. II. SPECIFICATIONS The contract requires the completion of all the work in accordance with these Special Provisions, the plans (Drawing No. E- 5021 -S), the City's Standard Special Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction,1976 Edition including supplements), copies of which are available at Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. III. COMPLETION OF WORK The contractor shall complete all work on this contract within 90 consecutive calendar days after the award of the contract by City, and as specified in Section 6 of the Standard Specifications. Prior to beginning work on the piers, the contractor shall submit to the engineer for his approval a schedule of his construction operations. The contractor shall schedule his work to allow the existing lights to remain in service the maximum time possible. The contractor shall have all materials necessary to do this job on hand prior to the start of any work IV. PAYMENT The unit bid for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 40 M SP2of5 Payment for all incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. V. WORK TO BE PERFORMED BY THE CITY The City forces will disconnect the wiring to the existing light standards at an appropriate time during the construction phase. VI. EQUIPMENT ON NEWPORT AND BALBOA PIERS It shall be the responsibility of the contractor to determine the equipment loads or wheel loading which can be safely placed on the piers during construc- tion, and to provide timber mats or other means of distributing equipment loads adequately. Any damage done by the contractor to the existing structures shall be repaired at the contractor's expense. VII. DEMOLITION PERMIT Prior to dumping any refuse from the jobsite at the County sanitary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the Public Works Department by contacting Mr. Irwin Miller. There is no charge for this permit; its purpose is simply to provide authorization for the contractor to use Orange County landfill facilities. VIII. PUBLIC PROTECTION The contractor shall comply with the following requirements as pertains to public safety during construction on the pier. 1. Passage of emergency vehicles shall not be blocked, i.e., the contractor shall position all equipment and vehicles so as to leave at least one - half of the pier width clear for traffic. 2. Any vehicles necessitating travel in reverse shall have, with or without backing horns, a walking guide or flagman. 3. All removals shall be cleared from the pier each day and the area left free and safe for travel; pedestrian and vehicular. 4. Only those new units or appurtenances to be installed, which can be completely installed and secured during working hours shall be brought onto the pier each day. IX. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. SP 3 of 5 X. CONSTRUCTION DETAILS A. Removal of Existing Facilities The contractor shall remove and dispose of all exposed conduits and existing street lighting standards noted on the plans. This work shall include removal of all bolts, fasteners, and other appurtenances supporting the removed items. All holes shall be filled with asphaltic mastic after removals. Payment for the removals and disposal of the existing facilities shall be made at the contract lump sum price regardless of the conduit diameter and the number of conductors within the conduit. B. Laminated Timber Light Standard The contractor shall furnish and install timber light standards in accordance with the following: 1. Light standards shall be Type 20P4 for 25 -foot lengths and Type 25P for 30 -foot lengths as manufactured by Weyerhaeuser, or an approved equal. 2. A black aluminum cap shall be installed on top of each light standard. 3. The standards shall be pressure- treated with pentachlorophenol in light hydrocarbon solvents in conformance to AWPA Standards P8 -77 and P9 -77 (type C), and C- 28 -77. 4. The standards shall be manufactured from Coast Douglas Fir or West Coast Hemlock lumber. 5. The glue line shall be a fully waterproof adhesive. 6. Surfaces shall be smooth - planed on all four sides. C. Steel Base for Light Standards The contractor shall furnish all labor, materials and equipment necessary to fabricate the base, as detailed on the plans, to mount the light standards onto the timber pile caps. The steel items used to fabricate the base shall have the ASTM desig- nation of A -36 and be galvanized as mentioned below. All bolts shall be high strength bolts. Ob*a SP4of5 D. Galvanizing All steel shapes shown on the plans shall be hot double - dipped galvanized after fabrication in accordance with the ASTM 123 -73. All steel hardware and nuts and bolts shall be galvanized in accordance with ASTM A 153 -73, All welded areas shall be thoroughly cleaned prior to galvanizing to remove all slag or other material that would interfere with adherence of the zinc. E. Luminaires The contractor shall furnish and install the Holophane "Parkpak" lumi- naires as manufactured by Johns - Manville with the following features: 1. 100 -watt high pressure sodium (HPS) lamps. 2. The catalogue number is 240 -HA- 240 -PR. 3. All internal and external hardware shall be Type 18 -8 stainless steel. 4. The luminaire shall be attached to the light standard with the "HA" arm specifically manufactured for the "Parkpak" luminaire for use with timber light standards. The attachment shall be made with 2- 5/16" stainless steel bolts bolted through light standard on the two upper bolt holes and 2418 x 1 -1/2" stainless steel wood screws in the two bottom bolt holes. 5. The contractor shall supply 2 each of additional ballasts, poly - carbonate refractors, and HPS lamps above those required for installation, for storage as replacement stock. 6. The housing of the luminaire shall be of cast aluminum and treated by a chromate process, A standard black- textured powder paint top- coat shall be applied over the above treatment and oven - cured. 7. Each luminaire shall be installed with a photoelectric control unit integrally attached. F. Conduit and Conductors This work shall consist of the furnishing of all materials, labor and equipment necessary to install all conduit, and conductors, and appur- tenances as detailed on plans. All conduits shall be Schedule 80 P.V.C. pipe. The conduit shall be supported with galvanized nail straps at maximum spacing of 5 feet on center. The contractor shall install 0 -ring expansion joint assemblies at a maximum spacing of 100 feet apart. . a* of SP5of5 All conductors shall be made of copper wire with THW insulation. Wire sizes shown on plans have the AWG designation. In -line fuse holders shall be "iron" Model, #HEB -AA (or equal) with 5 -amp fuses. G. Asphaltic Mastic Asphaltic mastic shall be EC -244 as manufactured by and in accordance with the recommendations of Minnesota Mining and Manufacturing Company. H. Stainless Steel Support Straps for Conduit Support straps for the conduit shall be made of Type 18 -8 stainless Steel. The contractor may submit an alternate design for the conduit support, using Type 18 -8 stainless steel, to the City for review. If approved, the contractor may use his design in lieu of the one shown on plans. CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has ivourd to the Named Insured the Policy of comprehensive liability insurance identified herein, hereinafter referred to an •Policy% and endorsed said Policy as follows'-Jo assure compliance by the Named Immured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Mseb, (hereinafter, •City -). I. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is net Item than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (10) days after receipt by City of written notice of such cancellation or change by registered mail, addreased as follows, City of Newport Mach C/o City Clerk, 1100 Newport Boulevard, Newport Mach, California 93663. 1. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the nomad insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Mach, and includes a severability of interest clause. s. contractual liability coverage applicable to the contract referred to above, including the obligation to defend City to included. S. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (consenly referred to as "xcu' hazards) are deleted, where applicable. 6. The Policy provides coverage tor, but is not limited to, Owned, Non -Owned and Mired Automobile: Products Liability - Completed Operations$ premises- Operationst Contractor# Protective l.lobilityi Marine or Aviation (when applicablelt end Property Damage. This Endorsem 94 effective Authorited Re sentstiva of and when has ��!C!\a4s 11 No. ` & ins when signed by an valid and form part of Policy expiring p NAME A ADDRESS - AC /BROKE Authorizcd Representative -- - -- IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to exocute this Certificate on bnhalf of the Insurance Company NAME AND ADDRESS OF AGENCY Heritage Insurance Service Inc. 1400 N Harbor Blvd. Suite 100 Fullerton, Ca. 92635 Smith Electric Supply 10792 Knott Avenue Stanton, Ca 90680 COMPANIES AFFORDING COVERAGES CM LEOTTER PANY A Unigard Insurance Company COMPANY LETTER COMPANY LETTER COMPANY D LETTER COMPANY E LETTER E & Toso / Mission Ins. Co. IThis is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES Contract #2001 - Additional Insured Endorsement on Umbrella Policy to follow Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail j0— days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Newport Beach, City Hall 3300 W. Newport Blvd. Newport, Calif. 92635 DATE 8/9/78 Limits of Llabili in Thoumn 5 COMPANY LETTER TY PE OFINSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY E f ❑ COMPREHENSIVE FORM ❑ PREMISES — OPERATIONS PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ BODILY INJURY AND CONTRACTUAL INSURANCE PROPERTY DAMAGE E $ BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS PERSONAL Y $ El PERSONAL INJURY AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON)A ® COMPREHENSIVE FORM MC 033491 p 12/20/78 BODILY INJURY (EACH ACCIDENT) OWNED PROPERTY DAMAGE HREO BODILY INJURY AND fR NON -OWNED PROPERTY DAMAGE COMBINED EXCESS LIABILITY BODILY INJURY AND B UMBRELLA FORM M839195 12/20/78 PROPERTY DAMAGE 3,000 $Single OTHERTHAN UMBRELLA COMBINED Limit FORM WORKERS' COMPENSATION STATUTORY and EMPLOYERS' LIABILITY $ (EACH <cclocnr7 • OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES Contract #2001 - Additional Insured Endorsement on Umbrella Policy to follow Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail j0— days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER City of Newport Beach, City Hall 3300 W. Newport Blvd. Newport, Calif. 92635 DATE 8/9/78 a ' T CIT OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 2001 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as, "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, X XMO(0N)9ftR aggregate products. $500,000 2. Neither the Policy nor this Endorsement shall be - cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non- contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: )CXJ(iM, Non -Owned d(M)OIX)CM Automobile; Products Liability- Completed Operations; Premises - Operations; Contractors Protective Liability; and Property Damage. This Endorsement is effective 8/9/78 when signed by an Authorized Representative of Underwriters Ins Co / Market Ins Corp Name of Insurance Company and when issued to City shall be valid and form part of Policy No. GL 364 60212 expiring 12/20/78 insuring Smith Electric Supply (Named Insured NAME OF AGENT OR BROKER Heritage Insurance Service INC. ADDRESS - AGENT /BROKER 1400 N Harbor, Fullerton Ca IMPORTANT: This is the only evidence the City. The person executing this make certain that he has authority to on behalf of the Insurance Company of insurance acceptable to Certificate is cautioned to execute this Certificate (x0r r NAME AND AODRESS,OF`AGENCY r iiet°lta:�a 'ta3asunce Service Inc. C COMPANIES A AFFORDING COVERAGES 1400 Ti Harbor Blvd. G R Gndarrariter5 Ins GO !F' LP " S Sa,;m A, Toso /ilssion Ins. Col. Fullerton. California 92635 ! ttEP _ ------- ---- ... _ If. t it"tt Ave. .. ( I k I"�tr��.'., — 110792 i OMPANI — This js,to c certify that policies otinsurance l listed below h.)ve 'been issued to t the insured n named above and are In f force'at this t tirrt6- 0 COMPANY TYPE Of INSURANCE P i i •Iprc - O AGGREGATf: J p OCCIACH A GENERAL LIABILITY J UTOMOBILE LIABILITY I --}— i Pf( Le WJURY r K 033$91 i 12/10/78 1' Pf PEON) . b P COMPREHENSIVE FORM nD..,y INJURY E .d OW'NEO, iCAC i' '.GURRENCE) r� r lJ HIRED I PFOE HTY DAMAGE C R tIN.IURY ANU �� ❑ NON OWNED i PRU PLU t'DAEAAGE. S - :MD!NED - ._._.- . EXCESS LIABILITY '"i 1tl0�JA1eG ��912 IT B(010 NJURY AND , L UMBRELLA FORM T16Ai i :! 4i i PROPERTY DAMAGE E 3o=*' S"91 OTHER THAN UMBRELLA I COMBINED iIt FORM I WORKERS'COMPENSATION rTA*uronY sz�fi7 and i -_. +>�>a+. „• EMPLOYERS'LIABILITY g�. SKI A.,,��, OTHER i I DISCRIPTION OF, Wk f 2903 t�, -.prox receipts S51,1530 Approx Length - 60 -40 daps Caneella Win: Should any of the above-- di peiicie� cancelled before -.he e>:p- ration date thereof. the issuing corn- . pany will endeavor to mall _ d.;ys written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. N it1 ilt +�e-E�gAlifG 86fi .n city Hatt 23W M `tG Fort ,blvd neslirpart, tai i f 6/29ns DATE ISSUED - - -_ �Ay ?u ■ W tr Y ■■ oslo ■ MARKET INSURANCE CORPORATION INSURED r SMITH ELECTRIC SUPPLY ET AL 10792 KNOTT AVE. STANTON, CA. —90680 'L rr CERTIFICATE HOLDER 1• CITY NEWPORT BEACH CITY WALL 3300 W..NEWPORT BLVD. NEWPORT BEACH, CA. 92635 L CONTRACT 12001 CERTIFICATE HOLDER r. L CERTIFICA -TE OF INSURANCE COMTRACTOR'S AGENT OR BROKER HERITAGE INS. SERV., INC. 1400 N. HARBOR BLVD. FULLERTON, CA. 92635. J L CERTIFICATE HOLDER . J L CERTIFICATE HOLDER F_- J L Charge $10.00 per certificate holder. Certificate fee is fully earned. Total fee(s) for this certificate: $-10,00 This is to certify that the following policy in force at this date has been issued on behalf of the insurer set forth below: INSURER POLICY NUMBER EXPIRATION Underwriters Insurance Company GL 346 60212 12/20/78 J J J COVERAGES PROVIDED COMPREHENSIVE GENERAL LIABILITY OPTIONAL COVERAGES Premises — Operations Extended Liability Coverage Endorsement *573 Escalators Independent contractors S NON —OWNED AUTO COVERAGE #AL6114, Completed operations Products 'PT` Basic Policy covers all of the above Above coverages do not apply unless premium for such cov- erages has been paid to the company. LIMIT OF LIABILITY Bodily injury & property damage 7t{I(1t1p)(Ypp Each occurence - $500,000 and aggregate IMPORTANT — READ CAREFULLY This document is furnished as a matter of information only, it is not a contract of insurance. Its issuance does not make a certificate holder an additional insured, nor does it modify in any manner the contract.of insurance between the In and the Insurer(s). Any amendment change or extension of coverage can only be affected by specific endorsement attached thereto. Any amendment, changes or,extension of verage made an this certificate, without prior written approval from Market Insurance Corporation, will negate this certificate. For par -' iculars concerning the forms, 'conditions and limitations of coverage, refer to the original policy (policies) in the possession of the insured, Notice is hereby given that Market Insurance Corporation is not an Insurer hereunder and is not liable for any loss or damage. In the event of cancellation of any policy described in this certificate ICJ 10 0 30 days notice will be sent to the certificate hol er. 7/21/78 (GS) e¢wn. mwr¢ ¢a..e¢w ¢cure 11ore o . ¢¢rww.wnr INSURED 'PT` en � �.RO- FiYAMY Y-YF u%baL '.' - J�'F -, j#�ae}jC!�M�.'Ju ..fYlf% 4n WT1 �F 3 �i r . A '3 .•• Ll::7$iiSSY!eidvti'aB4l .iN, - ti �.D..Rt. u`ifuT` M AW`A ❑ American Fidelity 'Fire Insurance Company ® - UNDERWRITERS INS CO hfconsideration 4 the ❑ Premium Charged Return Premium of GENERAL ,' ,•f;< • 1W RECTION ENDORSEMENT ® Additional Premium of $ 50.00 FLAT CHARGE FULLY EARNED, it is hereby understood and agreed that ❑ I'. Name of Insured Al 5. Additional Insured Year Make Model Motor or Serial Number Symbol & Age Stated Value _ s ❑ a2 Address of Insured.. ❑ 6. Loss Payee Cods "' COVERAGES Limits of Liability Term Premium (CAR #11 (CAR 021 ❑ 1. Effective Date - ❑ 7. Advance Premium $ ,000 ❑ 4. Expirgtjotl"Efate , _ _. ❑ 8. limit of Liability is Amended as Follows: .,:. $ 15.000 $ 30,000 7NE CITY OF NEWPORT BEACH 1 Medical Payments Each Person $ 00 CITY HALL 3300 W. NEWPORT BLVD. 13 Comprehensive NEWPORT BEACH, CA. 92635 ❑ 9, Description of Premises ❑ 10. Location of Premises; ❑ 11, Endorsement is Deleted ❑ 12. JUL 2 7 1976 Y , "THE.CITY; ITS OFFICERS AND EMPLOYEES WHILE ACTING WITHIN THE SCOPE OF THEIR :. DUTIES, AGAINST ALL CLAIMS ARISING OUT OF OR IN CONNECTION WITH THE WORK TO BE PERFORMED. ". o . m Car # Year Make Model Motor or Serial Number Symbol & Age Stated Value Cods "' COVERAGES Limits of Liability Term Premium (CAR #11 (CAR 021 Additional Premium (CAR #11 (CAR#2) RatumPremium (CAR 011 (CAR#2) 10 11 Bodily Injury and Each Occurrence Property Damage Liability and Aggregate $ ,000 19 Uninsured Each Person Motorists Each Occurrence $ 15.000 $ 30,000 12 1 Medical Payments Each Person $ 00 13 Comprehensive $ etdunibin 14 Collision $ 014.0ibis 15 Fire & Theft $ Mdutnble End. V-1--no Date Typed "%/21/78 (GS) PREMIUMS $ $ $ $ $ $ NET ADDITIONAL PREMIUM Is NET RETURN PREMIUM e J Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, agreements or limitations of the policy to which this endorsement is attached, other than as stated above. Insured SMITM_ELE TO RIC $IIPPLY ET AL Policy No. GL 346 60212' Effective Date 7171178 MARKET INSURANCE CORPORATION 3550 Wilshira BNd., Los Angeles, alit. 90010 • (2131 3867660 M del 7 INSURED. HERITAGE INS. SERV., INC. 1400 N. HARBOR BLVD., SUITE 100 FULLERTON, CA. 92635 :4 N CQNSTMIkATION OF AN ADDITIONAL PREMIUM OF $50. IT IS HEREBY UNDERSTOOD AGREED'TH&T<THE FOLLOWING ARE ADDED AS ADDITIONAL ASSURED(S) HEREUNDER BUT ONLY AS RESPECTS TO OPERATIONS PERFORMED FOR THEM BY THE ORIGINAL NAMED ;. 'INSURED., CITY OF NEWPORT BEACH DEPT-. OF PUBLIC WORKS r. � CITY HALL NEWPORT BEACH, CALIFORNIA IT`IS FURTHER UNDERSTOOD AND AGREED THAT IRRESPECTIVE OF THE NUMBER OF ENTITIES NAMED AS ASSURED(S) UNDER THIS POLICY, IN NO EVENT SHALL THE COMPANY'S LIABILITY', IN THE AGGREGATE EXCEED THE COMPANY'S LIMITS OF LIABILITY EXPRESSED IN THE., POLICY. IT'IS UNDERSTOOD AND AGREED THAT THE POLICY SHALL NOT BE CANCELLED OR ALTERED NOR THE AMOUNT OF COVERAGE BE REDUCED, UNTIL AT LEAST THIRTY (30). DAYS AFTER NOTICE OF SUCH CANCELLATION, ALTERATION OR REDUCTION OF.COVERAGE HAS. "BEEN MAILED TO THE ABOVE ADDITIONAL ASSURED(S). ADDITIONAL PREMIUM: $50. rr' DUE E7" I ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED THIS ENDORSEMENT IS ATTACHED TO AND MADE A PART OF POLICY M839195 OF THE' MISSION INS. CO.` . ISSUD TO: SMITH ELECTRIC IC SUPPi Y C.0- DATED AT: inS ANGFi.Pgr TA7 IFQRNTA DATE: AUGUST 10- 1978 ca `S &T 2000 (30M 11/74) SAYRE & TOSO, INC. BY: a hY Oft A. jr 4 W 15 Z NAME; AND ADDRESS OF AGENCY Heritagit. Insurance Service Inc. COMPANIES AFFORDING COVERAGES. 1400 11. Harbor Blvd. FuljjA4jjv,� 02635 ....... A Unigard Insurance Company LETTER COMER a ?"'P" B Says & Toso/Mission Insurance NAME AND ADDRESS CF-INSURED COMPANY W Electric Supply LETTER 10792'. Knott Avenue COMPANY Stanton. Ca. 90680 COMPANY IVT1IR 111- This is to certify ihit policies of insurance listed below have been issued to the insured named above and are in force at this time. T— Limits of Liability in Thousands MUD-)— COMPANY LETTER TYPE OF INSURANCE P'nlcybib Grp I PCL.C., EXPIRATION DA-F. EACH OCCURRENCE AGGREGATE GENERAL LIABILITY ❑ COMPREHENSIVE BODILY INJURY b t FORM ❑ PREMISES - -OPERATIONS 1 PROPEPI Y DAMAGE ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS. HAZARD BODILY INJURY AND ❑ C"ONTPACTUAL INSURANCE pp.O;IFRFY I 't $ S BROAD FORM PROPERTY I oMBINFD "IT DAMAGE ❑ INDEPENDENT CONTRACTORS EIPERSONAL INJURY PERSONAL INJURY • AUTOMOBILE LIABILITY 1,-,-/-----4-8ONLY INJURY (EACH PERSON) COMPREHENSIVE FORM K 033491 20/78 OWNED BODILY INJURY (EACH ACCIDENT). HIRED P.%IPERTYDAMAGE I ❑BODLY NON-OWNED INJURY AND PROPERTY DAMAGE 500 —LIABILITY COMBINED EXCESS 1XI UMBRELLA FORM 11 839195 112/20/78 BOORY INJURY AND PROPERTY DAMAGE $3'0000- single ❑ OTHERTEIANUMBRELLA Litait FORM COMBINED WORKERS' COMPENSATION STATUTORY and EMPLOYERS -LfABILn-Y :'OTHER Contract 111 2001 DESCRIPTION OF CPERikTIONS/LOCATIONS/VEHICLES The City of Neviport. Beach, its officers and employees are hereby declared to be additional named insureds in the policy described Insofar as they RM.V be held liable for Injuries, death or damage to property arising out of or In connection with the contract executed by the awed Insured and the City. It Is further eigreed Oat this policy they ha I n 0 i arTaiao Ac date Yh Soeo K 11 'R'a r nr- 0 n M K!U'A LCO t S%paIncleNallopT 7d VTYM ft ge 9el ee T be VAe I 0 tee guom- oTffl!9overJcsUcQe9p'o o r e pany will endeavor to mail days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon.the company. of Kwport Beach and includes a severability.of Interest clause. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach, City Hail DATE ISSUED 3300 W. Newport Ovid. 7z Newport, Ca. 92635 I/ -AUTP1WkX"tPRES ATIVE ACORD 25 (Ed 11-771 C Or NEWPORT BEACH CERTIFICATE INSURANCE FOR CONTRACT W* CONTRACT NO. 2001 This is to certify that. the Company named below has•." issued to the Named Insured the policy of comprehensive liability insuranc& identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named. °Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability, . (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, y,IMgyM aggregate products. $500,000 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after reeeipt by City of written notice of such cancellation or change by.registered mail, addressed as follows: City of Newport Beach- c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable.for injuries, death or damage to property arising out of or in connection with the . contract executed by the named insured and the City. .It is further= agreed that this policy:shall be "primary and non - contributing with. any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred hri.as "xcu" hazards) are deleted, where applicable. +w. ME I A" NAME AND ADDRESS OF AGENCY. ' P tage losurattte Semite Inc. COMPANIES AFFORDING COVERAGES,,,.,, 1400 3 'kiarrtor Blvd, Suitt, 100 TYPEOFINSURANCE - P POL:CYNUMBER E POLICY _ — A — Cnirard Insurance Cormy .. AGGREGATE O LETTERNY GENERAL LIABILITY �-- - Fullartoa Ca. 92633 - � - .. COMPANY 13 �y Sayre b Toso / Mission 1111!, Co. . NAME MD ADDRESS OF INSURED COMPANY ❑ COMPREHENSIVE FORM Z�y,. LETTER �4� . rujise. ❑PREMISES—OPERATIONS I I I E�,. S141 5t1u1to�.1p 441 L6� LETTER I' LE.riEF. LIF , COMPANY LETTER I - - - - - -- . " This is to certify that policies of insurance listed below have been issued to the Insured named above and are in force at this time'. srpruroev and ' EMPLOYERS'LIABiLMY OTHER DESCRIPTION OF: OPERATIONS/LOCATIONSIVEHICLES Contract 02MI - Additional Irsarad Endorsealftt on Umbrelle Policy to follow Revised Certiffcate of prior dated 6129171 Cancellation: Should any of the above de policies policies be cancelled before the expiration date thereof, the issuing com- . pany will endeavor to mail E�i�_ days written notice to the below named certificate holder, but failure to ' mail such notice shall impose no obligation or liability of any kind upon the company. „:gt. •• NAM [A.NDAOD<SOFCERTIFI AT�a\EA.f City Nail Ci D Rl+ewpor DATE ISSUED:_ '33� V. !tc:�ort Blvd. UpaPOrt. Calif. 92635 AUTHORIZED REPRESENTATIVE ' P Limits DllltyInThousands(0 COMPANY ' TYPEOFINSURANCE - P POL:CYNUMBER E POLICY _ __ L EACH A AGGREGATE O GENERAL LIABILITY �-- - - - --.i - - � BODILY INJURY E E"' ❑ COMPREHENSIVE FORM ❑PREMISES—OPERATIONS I I I I P ❑ EXPLOSION AND COLLAPSE I I PROPERLY DAMAGE ' E S HAZARD ❑ UNDERGROUND HAZARD � �- - - -- ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD H HODILY INJURYAND CCNTRACTUAL INSURANCE P PROPER'fYDAMAGE 1❑ C BROAD FORM PROPERTY C COMBMEO . DAMAGE. , , ,A< ( ❑� INDEPENDENT.CONTRACTORS t ` PERSONAL INJURY S t ` - „ ( ❑ AUTOMOBILE L1ABILt:Y _ _� —_— - - - -- 3 30D:LYINAIRY . .a ,rA L r�{ X X41 r rj7 aw/ 74 ( (EACH P ) INJURY ) L^J OWNED ( j H ❑ NONOWNED P - BPORO j ? i. i� - TIT _ EXCESS LIABILITY - --" - -- - - - - -- -_ T _COMBINED ' ® ® UMBRELLA FORM � �TYy1�13 1 �./� �p ! ! BODILY INJURY AND S :.,ii%ar a a3ingle ❑ OTHERTHAN UMBRELLA' _ _ C COMBINED f f.iLJit - FORK WORKERS'COMPENSATION _ ,..ESTATE OMPENSATION r I N S U R A N C E FUND • r P.O. BOX 807, SAN FRANCISCO, CALIFORNIA 94101 August 29, 1978 CERTIFICATE OF WORKERS' COMPENSATION INSUR City of Newport Beach Department of Public Works 3300 Newport Boulevard Newport Beach, California 92663 RECEIVED PUBLIC WORKS AUG301978� CITY OF 2 NEWP R% BEACH, \ C.hi - wd' This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance, written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration 465743 -77 10 -1- 77/10 -1 -78 EMPLOYER PKESIDENT Smith Electric Supply Company Should the above described policy be 10792 Knott Avenue cancelled before the expiration date thereof, Stanton, California 90680 the issuing company will mail ten days written notice to the above named certificate holder. Pier. Lighting., SCIF FORM 262A (REV. i J ATE dOMPENSATION P.O. BOX iffi*N FRANCISCO, CALIFORNIA 94101 I.N SUA A P4CE FUND 29, 1978 i — CERTIFICATE OF WORKERS PENSATION INSURANCE City of Newport Beach t f n_ul A capar men 0 c. or s 3300 Newport Boulevard •Xlewport Beach, California 92663- This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should thWpolicy be cancelled prior to its normal expiration 46571.3­77 1-0-1-77/10-1-78 EMPLOYER Euy:"ply Company 107102 .10,lott Avenue Stanton, California 90620 SCI F FORM-21$2A (REV, 2-76),.Gp... RESIDENT Should the above described policy he cancelled before the ex-.)iration date thereof! ,-,the issuing cog parry wd 111 mail days ten n written notice to the above named certificate holder. Pier Lighting. i BALANCE SHEET OF J. HARQLD SMITH ELECTRIC SUPPLY COMPANY TEN MONTHS ENDING APRIL 30, 1978 Page ifof 9 - i J. HAROLD SMITH ELECTRIC SUPPLY COMPANY BALANCE SHEET APRIL 30, 1978 ASSETS Current Assets Cash on hand and in banks 14,721 Accounts Receivable - Trade 692,550 Less Allowance for doubtful accounts 4,793 687,757 Refundable deposits 1,020 Inventories of materials not allocated to contracts in process at the lower of costs or market (first -in, first -out) 775,750 Costs and estimated earnings in excess of billings on uncompleted contracts (Note 1) 246;546 Prepaid Interest 12,235 Prepaid Insurance 59,663 Miscellaneous 14,114 Total Current Assets Fixed Assets (Note 2 & 3) Automotive equipment Machinery and equipment Office furniture and fixtures Leasehold improvements 727,619 541,495 Total Fixed Assets Other Assets Cash surrender value of life insurance net of policy loans. Total Assets See Notes to Financial Statements 1,811,806 186,124 3,160 2,001,090. Accumulated Remaining Cost Depreciation Investment 344,061 281,433 62,628 361,880 241,240 120,640 15,377 13,305 2,072 6,301 5,517 784 727,619 541,495 Total Fixed Assets Other Assets Cash surrender value of life insurance net of policy loans. Total Assets See Notes to Financial Statements 1,811,806 186,124 3,160 2,001,090. BALANCE SHEET • • J. HAROLD SMITH ELECTRIC SUPPLY COMPANY LIABILITIES AND STOCKHOLDERS' EQUITY Current Liabilities Accounts payable - Trade 640,668 Accrued payroll 16,320 Accrued payroll taxes 33,717 Miscellaneous 3,340 Accrued group insurance, and workman's comp. 17,896 Accrued pension and profit- sharing contributions (Note 4) 192,602 Current portion of long -term liabilities 158,996 Notes payable - 10 %, unsecured - J. Harold Smith, due December 31, 1978 102,675 Notes payable - 10 %, secured by 1911 Act Bonds - Municipal Improvements. 10,000 Total Current Liabilities Long -Term Liabilities (Note 3) Commitments and Contingent Liabilities (Note 5) Stockholders' Equity. Capital stock, authorized 3,730 shares issued 400,417 and outstanding (Note 6) Capital in excess of par value 5,518 Retained earnings 199,597 Total Stockholders' Equity Total Liabilities and Stockholders' Equity See :Totes to Financial Statements Page 2 of 9 APRIL 30, 1978 1,176,214 219,344 605,532 2,001,090 0 0 °Ao •Page J. HAROLD SMITH ELECTRIC S•LY CONTRACTS IN PROCESS COMPANY PERIOD ENDING A of � APRIL 30, 19; JOB PERCENT CONTRACT NUMBER DESCRIPTION COMPLETED PRICE C -271 U.C. San Diego - Revelle College 95 405,753 C -275 Department of Navy 80 67,167 C -276 Brinegar Fuller - Department of Navy E1 Toro 95 - 74,298 C -277 Pascal and Ludwig 5 24,684 Total "C" Jobs 571,902 L -323 McCutcheon- Peterson Adams Avenue Bridge 60 60,236 L -327 Dept..of Transportation - Inspection Station Banning 40 64,935 L -334 State of Calif. - Dept. of General Services 95 32,956 L -340 City of Huntington Beach 90 33,347 L -341 City of Los Angeles- Energy Cost Savings Program 75 23,235 L -342 City of Los Angeles - 78th St. and Airport Way 45 6,248 L -343 City of Los Angeles - Energy Cost Program #6 55 13,871 L -344 Blair Paving - 1 Runway Edge Lt. 80 1,206 L -345 Dept. of Transportation - San Mateo 85 60,644 L -347 City of Fullerton- Street Lighting Skyline Dr. 70 21,032 L -348 City of Cerritos 25 16,504 L -349 Peter Keiwit and Sons 15 I 59,102 L -350 Dept. of Transportations - 90 Fwy. 50 7,511 L -351 Brutoco - Camellia to Radford 10 7,606 L -352 Massey Sand - Coachella 20 15,968 I L -353 City of Los Angeles Unit 12 5 35,696 L -356 City of Los Angeles Convention Center NIS 28,640 Total "L" Jobs 488,737 \J \J Page 7A of 9 GROSS ESTIMATED TOTAL TOTAL WORK COMPLETED INCOME COST TO ESTIMATED ESTIMATED BILLED UNBILLED COSTS TO DATE COMPLETE COSTS GROSS PROFIT 381,916 3,548 382,544 2,920 6,055 388,600 17,153 30,910 22,823 44,672 9,060 12,419 57,092 10,075 63,374 7,208 72,324 (1,741) 5,073 77,398 (3,100) -0- 1,234 728 505 18,955 19,684 5,000 476,201 34,814 500,270 10,745 42,503 542,774 29,128 36,524 (382) 22,898 13,242 29,837 52,736 7,500 -0- 25,974 20,885 5,088 34,299 55,185 9,750 -0- 31,308 30,778 529 2,652 33,431 (475) -0- 30,012 29,607 404 2,239 31,847 1,500 15,042 2,383 15,039 2,386 4,695 19,735 3,500 -0- 2,811 2,673 138 1,974 4,648 1,600 7,485 143 3,943 3,685 7,427 11,371 2,500 -0- 964 824 140 181 1,006 200 46,089 5,457 31,902 19,644 19,,741 51,644 9,000 10,971 3,751 12,744 1,977 4,287 17,032 4,000 -0- 4,126 3,795 330 9,708 13,504 3,000 -0- 8,865 4,792 4,072 46,309 51,102 8,000 -0- 3,755 2,614 1,140 2,896 5,511 2,000 -0- 761 408 353 5,198 5,606 2,000 -0- 3,193 1,953 1,21`0 10,814 12,768 3,200 -0- .1,784 798 986 29,397 30,196 5,500 -0- -0- -0- -0- 24,440 24,440 4,200 116,113 124,910 185,660 55,362 236,101 421,762 66,975 1 • • _ _ Page 7B of 9 JOB PERCENT CONTRACT NUMBER DESCRIPTION COMPLETED PRICE T -712 City of Fullerton - Euclid, Melvern, etc. 90 68,646 T -728 Dept. of Transportation - Redding 86 178,465. T -737 Dept. of Transportation - Baldwin Park 90 11,825 T -739 Dept. of Transportation - Sacramento 10 139,207 T -740 County of Los Angeles - 2 jobs 70 9,447 T -742 Dept. of Transportation - Yucca Valley 40 48,680 T -743 Bowers Backhoe NIS 12,079 T -744 Dept. of Transportation NIS i 41,877 T -745 Dept. of Transportation - Yuba City NIS 31,300 T -746 City of Rancho Palos Verdes 50 13,463 T -747 Calif. State University NIS 17,458 T -748 County of Los Angeles Medrik and 4th NIS 18,477 T -749 Dept. of Transportation - Riv. Co. NIS 59,152 Total "T" Jobs 650,076 U -127 Dept. of Transportation - Shasta and Siskiyon Counties 65 66,668 U -137 Peter C. David 70 2,016 U -141 N.D.L. Const. NIS 1,490 Total "U" Jobs 70,174 TOTAL ALL JOBS 11780,889 GROSS ESTIMATED hf TOTAL WORK COMPLETED INCOME COST TO ESTIMATED ESTIMATED BILLED UNBILLED COSTS TO DATE COMPLETE COSTS GROSS PROFIT 44,531 17,250 59,821 1,959 1,824 61,646 7,000 155,066 (1,586) 124,215 29,264 28,249 152,465 26,000 -0- 10,642 8,442 2,199 1,382 9,825 2,000 -0- 13,920 10,416 3,504 108,790 119,207 20,000 .3,339 3,273 4,085 2,527 2,361 6,447 3,000 -0- 19,472 18,990 48,182 22,389 41,380 7,300 -0- -0- -0- -0- 9,579 9,579 2,500 -0- -0- -0- -0- 35,877 35,877 6,000 -0- -0- -0- -0- 26,800 26,800 4,500 -0- 6,731 4,604 2,126 6,358 10,963 2,500 -0- -0- -0- -0- 14,758 14,758 2,7'00 -0- -0- -0- -0- 15,677 15,677 2,800 -0- -0- -0- -0- 50,152 50,152 9,000 202,936 69,704 230,576 42,064 324,199 554,776 95,300 27,630 15,703 41,572 1,762 18,595 60,168 6,500 -0- 1,411 .1,305 105 210 1,516 500 -0- -0- -0- -0- 990 990 500 27,630 17,114 42,877 1,867 19,796 62,674 7,500 822,882 246,543 959,386 110,040 6221599 1,581,986 198,903 • • SMA electric S.PPIy 10792 KNOTT AVENUE STANTON, CALIF. 90880 July 139 1978 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, Ca. References Phase I Lighting System Replacement Balboa and Newport Piers 1977 -78, Contract No. 2001 Attentions Eldon Davidson Project Engineer Gentlemens I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers Compensation or to undertake self- insurance before commencing any of the work. Sincerely, . Harold Smith President SMITH ELECTRIC SUPPLY JHS:mh Approved by the City Council this 22nd day of May, 1978. E 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR PHASE I LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS 1977 -78 CONTRACT NO. 2001 SUBMITTED BY: SMITH ELECTRIC SUPPL`! Contractor 10792 KNOTT AVE., STANTON, CALIF. 90680 Address City Zip Code (714•) 827 -3820 s George, ity Cler Telephone No. Total Bid Price 0 • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. (as determined by telephone time signal) on the 13th day of June 1978, at which time they will be opened and read, for perming work as fo low ws: PHASE I -- LIGHTING SYSTEM REPLACEMENT ON BALBOA AND NEWPORT PIERS 1977 -78 CONTRACT NO. 2001 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Sec�retaa or Assistant Secretary are required an the -Corporate Seal shall be to all documents requiring signatures. In the case of a ar>s tnership the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Ci Ll Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City,_. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of ar: error, in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 256378 Classification crj0 Accompanying this proposal is ash, , uasnler -s unecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (x14) 827•3820 Ph a Number r�ic Imo. l `lS Da RAITH 1171 FCTTDI(l SUPPLY Bid r ame l (SEALT) u on ze d Signature Authorized Signature CORPOF;.., "ON Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: SMITH ELECTRIC SUPPLY BY J. HAROLD SMITH ELECTRIC SUPPLY CO. -I.-HAROLD SMITH PRESIDENT J. HAROLD SMITH -IC SECRETARY! NSURER Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 2. 3. 4. 5. 6. 7. B. 9. 10. 11. 12. SMITH Type of Organization (Individual, Co- partnership or Corp.) C0RPM' %7;'0 ?': 107_92 KNOTT AVE., STANTON, CALIF. M686 Address 0 • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me th i ay of < < .... -. 19. My commission expires: -4;;2_� - %�� v I_ H ELECTRIC SUPPLY MMDENT otary Pu is (' 'PIUAL s�AL � E� ! ii f . S or; ca. Cem;nissi _-n Espies Ju,y 24, :991 grwp COVENANT MUTUAL INSURANCE COMPANY BID BOND Approved by The American Institute at Architects, A.I.A. Document No. A -310 (Feb. 1970 Edition? KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC SUPPLY as Principal, hereinafter called the Principal, and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or- ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Phase 1 Lighting System replacemnet on Balboa and Newport Piers, Contract No. 2001 ( IN ACCORDANCE WITH THE ATTAVHED PROPOSAL) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond . or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of JUNE 119 78 - SMITH. ELECTRIC SUPPLY (Seal) Princ' al Bbd PRESIDENTitle COV N T INSURANCE Q PANY By Attorn -in Fact ARTHUR J. CLE ENT JR. State of California County of Los Angeles ss. On this 13th day of JUNE , 197A, before me personally came J. CLEMENT JR. to me known, who being by me duly sworn, did depose and say: that he is Attornefls)-i�c+ of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing ui strument; that he know(s) the seal of said Corporation; that the seal affixed to said instrument is such corporate t seal; +hat it was so affixed by authority granted to him in accordance with the By -Laws of the said orporation„ apd at he signed his name thereto by like authority. fynnn...... ;pppipnnninni .n,�n:nnv ,�pFF !; g�.S, �c,nnm:mm - s;:;} p!r11TR;� ii.iit,':.; \U55 jab .L (.. .t N CWNTY SQL 5 r.. issian Expires April 30.1982 aao (Notary Public) • w COVEN MUTUAL INSUHANCE COMPANY* Hm tluid, Cumwct¢ul POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThdtCOVEN ANT MUTUAL INSURANCE COMPANY, a �ru put aliUn cal the State of Connecticut, dues heruby make, constitute and appuinl ARTHUR J. CLEMENT JR.- its true end lawful Attofney(sl-m -Fact, will% full puwur and itilhurlly, luf and un behalf of the Company as surety. to execute and deliver and affix the seal of the Cunipany t ,ciutu, it a seal is tequirud, bonds, undertakings, iccug- nuances, consents of surety or other written obligations tit uiu nature theieut, as lulluws: Any and all bonds, undertakings, recognizances, cunsa:nts of surety or other written obligations In the nature thereof in an unlimited amount. and tobind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)•m-Fact, pursuant to these presents, are hereby ratified and eunfumed. ' This appointment is made under and by authority of the following provisions of section 12 of the by-laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or charaeturuauon, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the curporotion any policy, contract, bond, undertaking, consent of surety, recugnitancu, general or special power of attorney, certification, attestation, or other instru• meet, all with or witr:out the seat of the curpoiatiun, but if under seat to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by this authority of the following resolutions Adopted UV she Directors of COVENANT MUTUAL INSURANCE COMPANY at a meuting duly called and hula on Mutts 12,1973: RESOLVED: That any bond, undurtaking, reeugniamice, consent of surety or wnitun obligation in Ilia nature thvrsof shall be valid and binding upon Our Cumpany whuu signed by the PicsWent or any Senior Vice President or Vice President and duly attested and Stldled. It a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice Nuiiaeui or Vice President and countersigned and sealed, if a seal is ruquued, by a duly authorized ailorney-inlact ur agent; and any such bond, undertaking, racugmzauee, consent of surety or written obligation in Vie nature thureul shall biz valid 'and binding upon the Cumpany when duly exeeutcd and sealed, if a seal is required, by one or more auurneys•in•foct or agents puisudot to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER HESOLVEO: That the signature of any officer authorized by the by -taws And the Company seat may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, rucuynizaneu or other written obligation in the nature therm of; such signature and seat, when so used being hereby adopted by the Company as the original signature of such off icer and the original seal of the Company, to be valid and binding upon the Company with the arnv force and vitect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: it awM 4" l'j ;jZY ro Adewmm Secretary STATE OF CONNECTtCUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY by d - • _ .Vice Pit- t � ys a On this 22nd day of Much in the year 1973 befote me personally came Francis W. Palfrey, Jr., and Jamus E. Wilkins to me known, who being by me duly sworn, did depuw and say; that they reside in the State of Conuccucut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation w scribed in and which executed the abuvc instrument; that they know the seal of said curporation; that the sell affixed to said instrument is such corpuraic seat; that it was sir affixed by authority of their office under Ne'by; laws of aid curpuralmn, arid that they signed their nauics thereto by like authority, e.•MO TA Ali i`•. , Nubry M.m¢ My commission expires March 31, 1818 AUG LtG r ai �e��rC11Ca%. CEHTIFICATIfaN 1, Vera C. Spdko, Assistant Secretary ul COVENANh MUTUAL INSURANCE COMPANY certify that the foreymng power ul alturney, the at.uvc quuted piuvra,uns cal $cctmn 12 ul the by-laws and the resululium of the Board of Duaeturs of March 12, 1973 have nut been aurnlycd ur revulred and are now in full force and elltct. Signed and sualcd at Hartford, Cunnechcul, this 13thday ul JUNE 18 78 C� ,e,-t 4- & . � - C6, Abbtbtant Secruu,ry • . Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. S . TH ELECTRIC SUP Signed PRESIDENT - Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year J �J Jp L S ITH ELECTRIC SUPPLY L� C ign d PRESIDENT r 0 • PR of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PHASE I LIGHTING SYSTEM REPLACEMENT BALBOA AND NEWPORT PIERS CONTRACT NO. 2001 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2001 in accordance with the City of Newport Beach Drawing E- 5021 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Remove and dispose of all existing Lump Sum facilities shown on plans. (Balboa Pier only) a / Dollars and Z Cents Lump S um 2. 1 Remove and dispose of all existing Lump Sum facilities shown on plans. (Newport Pier only) @ Dollars and -f.2',� Cents Lump Sum 2 Install timber light standard, base, Each and double luminaire on Balboa Pier com- plete in place. Dollars and LJ Cents PecT' si oAr) 83e)o , GCJ a: ;� 0 0 PR 2 of 2 ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. 4 Install timber light standard, base, Each and double luminaire on Newport Pier complete in place. u @ j 6241 �d eho / !!-4 /Dollars GLO �� and Cents $//,5(),6 $ Per Each C1 7. 8 Install timber light standard, base and . Each luminaire on Balboa Pier complete in place. @ �i ,11/ Lu }� I�ur�c� !/ Dollars and iL: t Cents $ / Ce- , 1) 6 do 6 C O Per Each 6 Install timber light standard, base and Each luminJ,aire�on Newport Pier complete in place. @i tfr [�dtt 1�t �.� r� Dollars and ikt f) Cents $f� use cn l $ Z rn , t7 p Per Each 1 Install all P.V.C. conduit and conductors Lump Sum on Balboa Pier complete in place. @ L44 11A �� Dollars and ,/119 Cents $ 0 v0c1,0D$ /GO0O,O D Lump um 8. 1 Install all P.V.C. conduit and conductors Lump Sum on Newport Pier complete in place. /, @ lC_u1 t/�7L�/ji Dollars and Cents $ Lump Sum TOTAL PRICE WRITTEN IN WORDS Contractor's License No. 256379 )ol1ars and Cents $,yl, `Q©, no Date Y� �' of E 7 Cl! _. bir,t_ , . thorized Signature 10792 KNOTT AVE STANTON CALIF. 90680 Bidder's ddress VA-41 W-3820 Telephone Number r a f ENIT -t F-Om 0 0 d N [i Z Ld W • I�Ilal�l� �flA�NnIIIIIIBIU�IflII U I�IINlldll�l NMI 1 11111111111111111mm mom �91l�11�11�1�9��Ilunll� IIpI�11��II�INB�IgIIA� �IQISINIEIIflq • RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SMITH ELECTRIC SUPPLY IN CONNECTION WITH THE LIGHTING SYSTEM REPLACEMENT ON BALBOA AND NEWPORT PIERS, 1977 -78, CONTRACT NO. 2001 WHEREAS, pursuant to the notice inviting bids for work in connection with the lighting system replacement on Balboa and Newport Piers, 1977 -78, in accordance with the plans and specifications heretofore adopted, bids were received on the 13th day of June, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SMITH ELECTRIC SUPPLY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of SMITH ELECTRIC SUPPLY for work in connection with the lighting system replacement on the Balboa and Newport Piers in the amount of $51,900 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor.and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 26th day of June Mayor ATTEST: City Clerk , 1978. DDO /kb 6/19/78