HomeMy WebLinkAboutC-2521 - Street Light Conversion Program Phase I, Airport AreaCITAOF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
August 28, 1986
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
Enclosed is the following document for recordation and return
to the above -named office:
Street Light Conversion Program Phase I -- Airport Area
(C -2521)
Sincerely,
Wanda E. Ragqio v
City Clerk
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
B :
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
4) 644300 #. `
Septembe9, 1986
Sierra Pacific Electrical Contracting
2542 Avalon Street
Riverside, CA 92509 =
Subject: Surety: Transamerica Asurance Co.
Bonds No.: 5240 -89 -59
Contract No.: C -2521
Project: Street Light Conversion Program Phase I
Airport Area
The City Council on August 25, 1986 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded
in accordance with applicable sections of the Civil Code.
The Notice was recorded by the Orange-County Recorder on September 2,
1986, Reference No. 86- 397797.
Sincerely,
4Z
Irene Butler
Assistant City Clerk
IB:pm
cc: Public Works Department
.ISE RETU N TO
qty Clerk%9f�o
City of Ne t B ach
3300 Newport Blvd.
Newport Beach, CA. 92663- 38$* --
86:397197,
EXEMPT RECORDING REQUEST
GOVERNMENT CODE 6103
CORDED IN OFFICIAL RECORDS
ORANGE COUNTY CALIFORNIA
-g 12 PM SEp 2%
"► I: NOTICE.. OF COMPLETION � �-a �
A
ORKS EXEMPT
NO CON M_ _ C12
I o All Labor Mat0rial Men and to Every Person Interested:
YOU WILL PLEASE TAKE NOTICE that on August 25, 1986
the Public Works project consisting of Street Light Conversion Program Phase I --
Airport Area (C -2521)
on which. Sierra Pacific Electrical Contracting, 2542 Avalon Street, Riverside, CA 92509
was the contractor. and Transamerica Insurance Co., 695 Town Center Dr., Costa Mesa, CA
was the surety, was completed.
V ERIFIC�TION
I, the undersigned, say:
Cl Y OF NEWPORT BEACH
bl c 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 August 27, 1986 at Newport Beach, California.
Public W6rks 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 August 25, 1986 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 August 27, 1986 at Newport Beach, California.
;E
Rnx'L29r'•;�'y��,
a:
aft #Air
CII� �F S
i.9tlf.
SEP 181986
�7� Cc, CE
C
I
CITI)F NEWPOR_ T AACH
OFFICE OF THE CITY }CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
August 28, 1986
County Recorder's Office --
P.O. Box 238
Santa Ana, California 92702
Enclosed is the following document for recordation and return
to the above -named office:
Street Light Conversion Program Phase I -- Airport Area
(C -2521)
Sincerely, o ,
C k�
•
Wanda E. Raggio
City Clerk
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
(m)
BY THE CITY COUNCIL August 25, 1986
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
ITEM NO. F -12
AUG 2-51996
• TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF STREET LIGHT CONVERSION, AIRPORT AREA 4C -2521)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the € GraseidlfrFi�rr.
3. Authorize the Ri4y. Caen^ = mss _46--44"
DISCUSSION:
The contract for the conversion of mercury vapor street lights to
high - pressure sodium lights in the airport area has been completed to the
satisfaction of the Public Works Department.
• The bid price was $37,930.00
Amount of unit price items constructed 37,740.00
Amount of change orders 4,439.85
Total contract cost $42,179.85
Funds were budgeted in the General Fund, Account No. 02- 3297 -388.
On Birch Street a section of conduit was found to be crushed. A
change order was issued to cover locating and replacing the damaged conduit.
The contractor is _ of Riverside,
California.
The contract date of completion was December 20, 1985. Due to a
mix -up among the contractor, the City and Edison Company, the new street
lighting service for a portion of the area was not energized until March 4.
Completion was then further delayed by the extra work. The work was
co leted on April 18,,1986.
•Benjamin B. Nolan
Public Works Director
GPD:jw
CITY OF NEWPORT BEACH
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE:, November 1, 1985
SUBJECT: Contract No. C -2521
OFFICE OF THE CITY CLERK
(7141640 -2251
Description of Contract Street Light Conversion Program
Phase 1 -- Airport Area
Effective date of Contract November 1, 1985
Authorized by Minute Action, approved on October 15, 1985
Contract with Sierra Pacific Electrical Contract
Address 2542 Avalon Street
Riverside, CA 92509
Amount of Contract $37,930.00
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
i
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the off3�Le.raf
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:00 A.M. on the 1st day of October 1985,
at which time such bids shall be opened and read for
STREET LIGHT CONVERSION PROGRAM
PHASE I-- AIRPORT AREA
r
V
e
2521
Contract No.
$45,000
Engineers Estimate
:2 O
Approved by the City Council
this 9th day of September, 1985.
4�Lz& 67 ZV=e�'
Wanda E. Raggio
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Gilbert Wong at 644 -3311.
Project Manager
0 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
STREET LIGHT CONVERSION PROGRAM
PHASE I, AIRPORT AREA
CONTRACT NO. 2521
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. U. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
0
PR l.a
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete this Contract No. 2521
in accordance with the Plans and Special Provisions, and will take in full payment therefor
the following unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Convert Campus Drive and Birch Street
street lights from a series to a
multiple system
@ Four Thousand Five Hundred Dollars
and
No Cents $ 4,500.00
Per Lump Sum
2. 1 Each Furnish and install street light
service point and abandon existing
service point and conduit
@ Three Thousand Dollars
and
No Cents $ 3,000.00 $ 3,000.00
Per Each
3. 12 Each Furnish and install 200 -watt luminaires
@ Two Hundred Forty Dollars
and
No Cents $ 240.00 $ 2,880.00
Per Each
PR l.b
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 145 Each Furnish and install 150 -watt luminaires
@ One Hundred Nineth Dollars
and
No Cents $ 190.00 $27,550.00
Per Each
TOTAL PRICE WRITTEN IN WORDS
Thirty -Seven Thousand Nine Hundred Thirty Dollars
and 37,930.00
No Cents $
September 30, 1985
Date
714/784 -1410
Bidder's Telephone Number
Sierra Pacific Electrical Contracting
Bidder
S /Barry W. Loop, President
Authorized Signature Title
264048 C -10 2542 Avalon Street, Riverside, CA 92509
Contractor's License No. & Classification Bidder's Address
0 9 -- ` •
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS.
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less that 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
The estimated quantities indicated in the PROPOSAL are approximate, and
are given solely to allow the comparison of bid totals.
Page 2
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissionsin the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. 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 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
264048 C -10 Sierra Pacific Electrical Contracting
Contr s Lic. No. & Classification B1 er
September 30, 1985 S /Barry W. Loop, President
Date Authorized Signature /Title
W W
DESIGNATION OF SUBCONTRACTOR(S)
Page 3
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Subcontract Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Sierra Pacific Electrical Contracting
Bidder
S /Barry W. Loop, President
Authorized Signature/Title
FWRIGINAL
SEE PITY
CLERK'S
FILEVY Page 4
BIDDER'S
BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, SIERRA PACIFIC ELECTRICAL, INC. , as bidder,
and TRANSAMERICA INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
TEN PERCENT OF AMOUNT BID------------------------ - - - - -- Dollars ($ 10% of Bid - - -),
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 bidder for the construction of
CTPFFT 1TrHT CONVERSTON PROGRAM PHASE I -- AIRPORT AREA C -2521
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Performance" contract bonds described in the Specifications within ten
(10) days (not including Saturday, Sunday, and Federal holidays) from the date of
the mailing of contract documents for execution to the above bounden bidder by
and from said City, then this obligation shall become null and void; otherwise it
is and shall remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an individual,
it is agreed that the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day
Of September , 19 85.
(Attach acknowledgement of
Attorney -in -Fact)
rg ar
Notary Public
Commission Expires: April 8, 1988
S Barr W. Loop, President
Aut orized Signature/Title
TRANSAMERICA INSURANCE COMPANY
Surety
By S /Ron Dennison
Title Attorney -in -Fact
NON- COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever 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.
Sierra Pacific Electrical Contracting
Bidder
S /Barry W. Loop, President
Authorized Signature /Title
Subscribed and sworn to before me
this 30th day of September,
19 85 .
My commission expires:
24, 1986 S /Dorothy Bledsoe
Notary Public
Page 5
SPage 6
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.
1984 City of Anaheim Bob Templeton 714 - 999 -5100
1984 City of Corona Chuck Boohen 714- 736 -2255
Sierra Pacific Electrical Contracting
S /Barry W. Loop, President
Authorized Signature /Title
r
w Page 7
N O T I C E
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
The City of Newport Beach will not permit a substitute format for
these contract documents. Bidders are advised to review their content
with bonding, insuring and legal agents prior to submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Ke Ratin Guide: Pro ert -Casualty.
Coverages shall be prove a or a YP S OF IN URANC checked on the
CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction (latest edition
adopted for use in the City of Newport each ,except as supplemented
or modified by the Special Provisions for this project.
<<
.. � � ..,5 .: ..
�.._
•
KNOW ALL MEN BY THESE PRESENTS, That
1/5240- 89. -59
PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 15, 1985
has awarded to Sierra Pacific Electrical Contracti
hereinafter designated as the "Principal ", a contract for
STREET LIGHT CONVERSION PROGRAM PHASE I-- AIRPORT AREA C -2521
Page 8
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, or other supplies used in, upon, for, or about the performance of the
work agreed to be done, or for any work or labor done thereon of Any kind, the Surety on
this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Sierra Pacific Electrical Contracting
as Principal, and
Transamerica Insurance Co.
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Thirty -seven thousand nine - hundred & thirty Dollars ($ 37,930.00 ),
said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the contract; for which payment well and truly to be made, we
bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
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 Unemploy-
ment 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 3250 of the Civil Code of the
State of California.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
0
Ll
Payment Bond (Continued)
. . Page 9
this bond, as required by the Provisions of Sections 3247 et. seq, of the Civil 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 14th day of October 19 SS.•:-
�-�
Sierra Pacific Electrical Conuca ing( a
Name of Contractor Principals
r ^
'Authorized Sig ture and Title Y i
AE[thorized Signatuft an Title
Ron Dennison Attorney -in -Fact
-
,
Transamerica Insurance Co. (\
Name of Surety
695 Town Center Dr., Costa Mesa, CA
ess of Surety 9y6s6
JTdress of A gent
Ss�7 —SUa�
Telephone a No, of gent
0
16
~• ! - • Page 10
X15240 -69 -59
FAITHFUL PERFORMANCE BOND
i
KNOW ALL MEN BY THESE PRESENTS, That I
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 15, 1985
has awarded to Sierra Pacific Electrical Contracting
hereinafter designated as the "Principal ", a contract for
STREET LIGHT CONVERSION PROGR4M PHASE I -- AIRPORT AREA
in the City of Newport.Beach, in strict con
and other contract documents on file in the
Newport Beach;
ty with the Drawings and Specifications
ce of the City Clerk of the City of
WHEREAS, said Principal has executed or isjabout to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
as Principal,
Transamerica Inlsurance Co.
as Surety, are held and firmly bound unto the
r -seven thousand nine - hundred 6 thirty
ty of Newport Beach, in the sum of
Mars ($ 37 ,930.00 )%
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,
his or its heirs, executors, administrators, s
things stand to and abide by, and well and tru
ditions, and agreements in the said contract a
provided on his or their part, to be kept and
therein specified, and in all respects accordi
shall indemnify and save harmless the City of
as therein stipulated, then this obligation sh
shall remain in full force and virtue.
that if the above bounden Principal,
ccessors, or assigns, shall in all
y keep and perform the covenants, con -
d any alteration thereof made as therein
erformed at the time and in the manner
g to their true intent and meaning, and
ewport Beach, its officers and agents,
11 become null and void; otherwise it
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
.. �. � ... _. .m i-
r„.ds � � .:'.6.
�.y� j '.. ,+ _''
�t. .4 ^-3:0. � � v �. J � ': _�_.':.� .A '�°' �RL. -r� ...'.IvdTti. <.'asd � )A vY rv'`.ac�:� �P ' t � .
r,
Faithful Performance Bond (Continued)
0
Page 11
i
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 nameO 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 bejen duly executed by the Principal.-and
Surety above named, on the 14th day of October .•'1 ab
=^ :
Sierra Pacific Electrical ContraEig^l -=
Name o Contractor Prince a
uthorixed ignatdte and Title
AMhorlMrSlgnature and Title =
Ron Dennison Attorney -in -Fact
z V \�
i
Transamerica Insurance Co. (Seal)
Name of Surety
695 ToFin Center Cr., Costa Mesa, CA
dress; of Surety
7- Sua-i
Telephone No. of Agent
•
��,n�. J "�,.
� _.� � rf', .d L
f 7 C - P
e.:o aj 'v r:r
a :vim �„ ` ,:
-- �J-f.�- ..^��!
1 - ;"_.�r�`;_��} 1, �.
y,J•. : `o
LL i
' . ` 1 � �
x ^�
...tea
-.. ... ,.. ... .k a y ...,_�= ,.,�� ..'.rte`"= "".: -:,.
A�HORITY OF SIGNERS FOR SURE&
Transcripts from the By-Laws
ITTransomenca
Insurance Services Transamerica Insurance Company
1, the undersigned, Secretary of TRANSAMERICA INSURANCE COMPANY, do hereby certify:
That the following have been duly appointed Resident Officers or Attorneys -in -Fact of TRANSAMERICA INSURANCE
COMPANY with full power and authority, for and on behalf of the Company as Surety, to execute ad deliver and affix the seal
of the Company thereto, any and all bonds, undertakings, and any instrument given in connection therewith or pertaining thereto.
and to bind TRANSAMERICA INSURANCE COMPANY thereby. I do further certify that the authority of the Resident Officels"or
Attorneys -in -Fact, hereinafter listed, is in full force and effect.
RESIDENT RESIDENT ATTORNEYS
PLACE VICE PRESIDENTS SECRETARIES IU FACT
COSTA MESA, * * * * * * * * * * * * * * * ** J. William Newton J. William Newton
CALIFORNIA * * * * * * * * * * * * * * * ** Frank C. Gaudutis Frank C. 40audutis
* * * * * * * * * * * * * * * ** Joyce L. Markos Joyce L. Markos
* * * * * * * * * * * * * * * ** Ron Dennison Ron Dennison
* * * * * * * * * * * * * * * ** Robert E. Staples Robert E. Staples
I do further' certify that the following transcript from Article VII of the By -Laws of TRANSAMERICA INSURANCE COMPANY
is a just, true and correct copy of the original thereof and is still in full force and effect:
ARTICLE VII
SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, iecognizances, contracts of indemnity,
endorsements, stipulations, waivers, consents of sureties, re- insurance acceptances or agreements, surety and co- surety obliga-
tions and agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation,
shall be validly executed when signed on behalf of the Corporation by the Resident, any Vice President or by any other officer,
employee, agent or Attorney -in -Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) any Vice President,
or Ov) any other arson empowered by the Board of Directors, the President or any Vice Resident to give such authorization; pro-
vided that all policies of insurance shell also beer the signature of a Secretary, which may be a facsimile, and unless manually
signed by the Resident or a Vice Resident, a facsimile signature of the President. A facsimile signature of a forma officer
shall be of the same validity as that of an existing officer.
The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized
to execute or attest such instrument may affix the Corporation's seal thereto.
This certificatior is signed and sealed by facsimile under and by the authority of the following resolution adopted by the
Board of Directors of TRANSAMERICA INSURANCE COMPANY at a meeting duly called and held on the 27th day of December,
1962:
RESOLVED, that the signature of the Secretary and the seal of the Company may be affixed to any Certificate of appointment
of Resident Officers or Attorneys -in -Fact by facsimile, and any such Certificate bearing such facsimile signature seal shall be
valid and binding upon the Company when so affixed, and in the future, with respect to any bond, undertaking or contract of surety-
ship or any document or notice pertaining thereto, to which it is attached.
nzs
Given under my hand and the seal of the Company,
this 14th day of October 19 85
�,., sac.erxr
• CERTIFICATE OF INSURANCE . Page 12
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
Sierra Pacific Electrical Contracting
E COMPAD
A HI
B
X.ompany C
Letter
company D
2542 Avalon Street Letter
company
Riverside, CA 92509 iot+or E
NG
NS
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, including attached endorsement(s).
TOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
:ANCELLATION:. Should any of the above described policies be cancelled or-coverage reduced
before.the expiration date thereof „the"•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
o registered mail, attention: Public Works Department.
3y
ve
)ate: 10 -10 -8
Agency: AKASAKA ORTIZ C CIOCATTO INSURANCE
2 0'N. GOLDEN CIRCLE SANTA ANA 92705
Telephone: 714 547 5422
)escription of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
STREET LIGHT CONVERSION PROGRAM PHASE I -- AIRPORT AREA C -2521
Project Title and Contract Number
10TICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
ro ,
Policy
LIMITS OF LIABILITY
IN THOUSANDS
000
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Exp.
Date
Each
Ag.Froduct
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
Bodily Injury
$
$
x Premises - Operations
Property Damage
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
A
Hazard
x Contractual Insurance
x Broad Form Property Damage
CSMP51
3318
6 -30 -8
and Property
Damage Combined
$ 500,
$ 500,
x Independent. Contractors
x Personal Injury
Marine
Personal Injury
$ 500,
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
(Each Person
$
Owned
$
Bodily injury
Each Occurrence
0 Hired
Pro ert Damage
A
❑x Non -owned
BBA522
055
6 -30 78
Bodily n�ury and
Property Damage
Combined
500,
$
EXCESS LIABILITY
A
® Umbrella Form
❑ Other than Umbrella Form
X52126
05
6 -30 -8
Bodily Injury
and Property
Damage Combined
1,000,
$
1,000,
$
WORKERS' COMPENSATION
Statuto
A
and
EMPLOYER'S LIABILITY
BWC446
6 -30-
$100,/500
ac
Accident)
TOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
:ANCELLATION:. Should any of the above described policies be cancelled or-coverage reduced
before.the expiration date thereof „the"•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
o registered mail, attention: Public Works Department.
3y
ve
)ate: 10 -10 -8
Agency: AKASAKA ORTIZ C CIOCATTO INSURANCE
2 0'N. GOLDEN CIRCLE SANTA ANA 92705
Telephone: 714 547 5422
)escription of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
STREET LIGHT CONVERSION PROGRAM PHASE I -- AIRPORT AREA C -2521
Project Title and Contract Number
10TICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
ro ,
• 1 0 Page 13
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
Combined
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: STREET LIGHT
PROGRAM PHASE I -- AIRPORT AREA C -2521
.na r.. +�.,+ mn
This endorsement is effective 10 -10 -85 at 12:01 A.M. and forms a part of
Policy No. BBA522055 .
Named Insured SIERRA PACIFIC ELEC. CONT. Endorsement No.
Name of Insurance Company
05
SUSAN SAMPSON
. 0 Page 14
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or nold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $_ each occurrence
(X) Single Limit
Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: STRM LIGHT CONVERSION PROGRAM' PHASE I-- AIRPORT- -AREA- - 0-2521 - {
Project Title and Contract No.
This endorsement is effective 10 -10 -85 at 12:01 A.M. and forms a part of
Policy No. CSMP513318
Named Insured SIERRA PACIFIC ELEC. CONT. Endorsement No. 03
Name of Insurance Company HIGHLANDS INSURANCE Byi . zo;2,2 �
Authorized epres ntative
SUSAN SAMPSON
� 4 �
• pok irs
CONTRACT
THIS AGREEMENT, entered into this,'/%ia'day of
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' an Sierra
Pacific Electrical g hereinafter "Contractor, "is made with
reference to the fog
owl rim facts:
(a) City has heretofore advertised for bids for the following
described public work:
STREET LIGHT CONVERSION PROGRAM PHASE
e
RPORT AREA C -2521
Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
CONVERSION
PHASE I-- AIRPORT AREA
C -2521
Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of -----------
Thirty -Seven Thousand Nine Hundred Thirty Dollars and 00/100 - - -- ($ g7_g3p_f)o---.
This compensation includes (1Tany loss or damage arising from the na ure of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
�,se':sa1 ,.,,:a�``8
�_.
•
vY
Page 16
(f) Plans and Special Provisions for
t e o roject Contract.No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST: {
ity Clerk
CITY
Authorized Signature and Title
I
i
a -l9
4
�_�-r. 22dw . -. �..;: _._.�:: �_._s,- ',.;z. w.. ..sTMa .�_ k._.x':�:..� _ mss':._ � ._.:. .. _ti _..� .,.•+�+wUS"
• • SP I of 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET LIGHT CONVERSION PROGRAM
PHASE I, AIRPORT AREA
CONTRACT NO. 2521
I. SCOPE OF WORK
The work to be done under this Contract consists of converting an existing
series street lighting system on Campus Drive and Birch Street to a multiple
system; installing a new multiple system metered service point and replacing
existing mercury -vapor street lighting luminaires with high - pressure sodium -
vapor luminaires.
The Contract requires completion of all work in accordance with these
Special Provisions, the Plans (Drawing No. E- 5027 -S), the City's Standard
S ecial Provisions and Standard Drawings for Public Works Construction
( 9 5 edition ) and the Standard Specifications for Public Works Constructi
(1985 Edition). Copies of the Standard Special Provisions and Standard
D awings may be purchased at the Public Works Department for Five Dollars
($5). Copies of the Standard Specifications may be purchased at Building
News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, (213) 202 -7775.
II. TIME OF COMPLETION
The Contractor shall complete all field work on this contract by December 20,
1985 or within thirty (30) consecutive calendar days after the start of
construction, whichever comes first. No work shall begin until a schedule
of work has been approved by the Engineer.
III. PAYMENT
The unit or lump sum price 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 addi-
tional allowance will be made therefor.
IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications and the Work Area Traffic Control
Handbook (WATCH), also published by Building News, Inc.
• � • SP2of 3
V. CONVERSION OF SERIES CIRCUIT
The existing series street lighting system serving 21 street lights on Birch
Street and Campus Drive is to be converted to a 240 -volt multiple system.
The series service point on Bristol Street is to be abandoned and a new
multiple service point installed on Campus Drive northerly of Dove Street.
The existing No. 8 conductors may be reused for the multiple system
northerly of Dove Street. For the remainder of the system, the existing
conductors shall be removed from the conduit, and new conductors installed
with sizes as shown on the drawings.
The Contractor shall remove and salvage the transformers in the pull boxes
located adjacent to the light standards and reconnect the conductors in a
multiple configuration both in the pull box and in the base of the light
standard. Materials and installation shall conform to the requirements of
the Standard Specifications.
The conversion shall be accomplished in phases so that the number of lights
out of service at any one time will be minimized. The Contractor shall do
the necessary grounding and /or temporary reconnection to isolate the portion
of the system being converted from the remainder. In no event shall any
portion of the system be out of service on weekends or holidays or for more
than five (5) consecutive days.
The Contractor shall submit a construction plan showing the phases of the
conversion, and the estimated length of the outages. The plan shall be
approved by the City prior to the Contractor's starting work.
The lump sum price bid for this item of work shall include all things
necessary to complete the conversion to a multiple system except for a
separate bid item for a new service point and conduit, and for abandoning the
existing service point.
VI. SERVICE POINT
A new 240 -volt service point shall be installed at the location shown on the
drawings. Equipment and installation shall conform to Drawing No. Std -206 -L
The cabinet shall include a meter socket.
The service point shall be complete and operable prior to starting the con-
version of the series system.
When all work is completed, except for the connection of the conductors
within the Southern California Edison Company vault, the Contractor shall
make arrangements with Mike Martin of Southern California Edison Company at
(714) 895 -0261 to make the connection within the vault. The Contractor
shall have a representative present when the vault is opened.
The lump sum price bid for this item of work shall include conduit and con-
ductor connections to the converted City -owned multiple system and the
necessary facilities required by the Southern California Edison Company for
connections to their system. Service charges by Southern California Edison
Company will be billed and paid by the City.
• SP3of3
VII. LUMINAIRE REPLACEMENT
This item of work includes all work necessary to remove existing luminaires
and furnish and install new luminaires, and furnish and install a fuse
holder and appropriately sized fuse in the base of each lighting standard.
New luminaires shall be either 150 or 200 watt as indicated on the drawings,
high - pressure sodium -vapor with enclosed regulator -type ballast, photo
electric cell receptacle, charcoal filtered optical assembly and Type III
distribution. Luminaires shall be General Electric M 250 A2 power door with
cut -off optics or approved equal.
VIII. SALVAGE
Any 12 removed luminaires east of MacArthur Boulevard and any removed lumi-
naires with ballast attached on the existing series circuit (Campus Drive
and Birch Street), transformers, and other unused material or equipment
shall be salvaged and delivered by the Contractor to the City's Utilities
yard at 949 West 16th Street. The Contractor shall be responsible for pro-
tecting all salvaged material against damage until it is delivered at the
City yard.
Compensation for salvaging material shall be considered as included in the
price bid for furnishing and installing the new luminaires.
TO: CITY CLERK
FROM: Public Works Department
October 29, 1985
SUBJECT: Street Light Conversion Program, Phase I, Airport Area, C -2521
Attached are four copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy and
the insurance certificates, and return the remaining copies to
this department.
Gilbert g
Project Engineer
GW:em
Att:
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
OCT 151985
APPROVED
f
October 15, 1985
CITY COUNCIL AGENDA
ITEM NO. F-3(a)
B.A. NO. BA -036
SUBJECT: STREET LIGHT CONVERSION PROGRAM, PHASE I, AIRPORT AREA (C -2521)
RECOMMENDATIONS:
1. Approve a budget amendment to provide funds for award.
2.
Inc., in t e amount of $37,930, and authorize the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on October 1, 1985, the City Clerk opened and read the
following bids for this project:
BIDDER TOTAL PRICE BID
Low Sierra Pacific Electrical, Inc., Riverside $37,930.00
2. Paul Gardner Corp., Ontario 39,667.00
3. Signal Maintenance, Inc., Anaheim 40,623.00
4. Smith Electric Supply, Stanton 42,460.00
5. Creative Group, Inc., Anaheim 43,363.00
6. Steiny & Co., Inc., Fullerton 44,000.00
7. Baxter Griffin Co., Stanton 46,932.00
8. Metro Electric, Paramount 47,757.00
9. Skip's Electric, Inc., Fullerton 53,964.50
The low bid is 15.7% below the Engineer's estimate of $45,000.
The low bidder, Sierra Pacific Electrical Contracting, Inc., has not
•performed previous contract work for the City. However, a check with their
referents and the State Contractor's License Board has indicated that Sierra
Pacific Electrical Contracting, Inc. (1) has successfully completed similar
projects as a general contractor for other California agencies, and (2) has
no legal action pending against their contractor's license, respectively.
This project will replace mercury vapor fixtures with high - pressure
sodium fixtures in an area bounded by Campus Drive, Bristol Street, and the
Newport- Irvine boundary.
•October 15, 1985
Subject: Street Light Conversion Program, Phase I, Airport Area (C -2521)
Page 2
A budget amendment has been prepared for Council consideration to
appropriate the funds,which are being advanced by the California Energy
Commission pursuant to the State's energy conservation assistance loan program.
Plans and specifications for Phase I have been prepared by
Donald Simpson, Consulting Civil Engineer. The contract date of completion is
December 20, .1985.
Reniamin B. Nolan
Public Works Director
GW:jd
•
•
TO: CITY COUNCIL
FROM: Public Works Department
• September 9, 1985
CITY COUNCIL AGENDA
ITEM NO. F -11
C - 2,552- /
SUBJECT: STREET LIGHT CONVERSION PROGRAM, PHASE I, AIRPORT ARElft THE CITY COUNCIL
(C -2521) CITY OF NEWPORT BEACH
RECOMMENDATIONS: S EP 919385
1. Approve the plans and specifications. APPRO W)
2. Authorize the 6*691ri°°' r "A-,to be opened at
11:00 A.M. on October 1, 1985.
DISCUSSION:
On November 26, 1984, the City Council adopted a resolution (see
attachment) authorizing the City's participation in the California Energy
Commission's loan program for street light conversion. The Utilities Director
was authorized to act as the City's representative with the State.
The City submitted an application for loan funds in the amount of
$396,900. Thi "s amount would be used to convert 1328 lamps, saving 890,000 KW
hours of energy and resulting in cost savings of approximately $79,000 annually.
The City was informed in February 1985 that our application had been
approved for the amount requested (see attachment). A plan to implement the
program was prepared by an outside consultant. The plan is divided into phases
to enable the City to more effectively manage the work as it progresses. The
first phase will convert 165 street lights to high - pressure sodium lights from
mercury vapor lamps in an area bounded by Campus Drive, Bristol Street, and the
Newport- Irvine boundary.
Plans and specifications for Phase I have been prepared by Donald
Simpson, Consulting Civil Engineer. The Engineer's estimate is $45,000. A
budget amendment will be prepared for Council consideration prior to award
no street light conversion funds are currently budgeted. Funds expended by
contracts will then be reimbursed by the State.
Funds to repay the loan will be budgeted beginning in the 1987 -88
fiscal year from the budget of the Electrical Division of the Utilities
Department. The entire project is expected to be completed by October 1987,
resulting in an annual loan repayment of $61,000, approximately.
a,v 6J. / otl
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
C.
since
City
010
N
r
RESOLUTION NO. 3 F1 1 3
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING PARTICIPATION IN
THE CALIFORNIA ENERGY COMMISSION LOAN PROGRAM
FOR STREET LIGHT CONVERSION
100Z
WHEREAS, during the past decade the City has maintained
an ongoing program to convert street lights from mercury vapor
and incandescent lamps to the more energy efficient high pressure
sodium vapor lamps; and
WHEREAS, the California Energy Commission has made
funds available for local government street light conversion
loans; and
WHEREAS, the California Energy Commission requires the
loans be repaid from energy savings resulting from conversion and
that the City Council approve the filing of the application and
designate an individual to act as its representative.
NOW, THEREFORE, BE IT RESOLVED that the City Council of
the City of Newport Beach hereby approves the filing of said
application; and
BE IT FURTHER RESOLVED, that the Utilities Director be
and hereby is designated as the.City "s authorized representative.
ADOPTED this day of NOV 2 6 1984.
ATTEST:
*� City Cle
Mayor
APPROVED BY CITY COUNCIL
DATF,_ 1/- 21- $4
STATE OF CAUFORNIA —THE RESOURCES AGENCTI
CALIFORNIA ENERGY COMMISSION
1516 NINTH STREET
SACRAMENTO, CALIFORNIA 95814
February 20, 1985
Mr. Joseph T. Devlin
949 W. 16th Street
Newport Beach, CA 92663
Re: Loan No. 289 -000
Dear Mr. Devlin,
GEORGE DEUKMEJIAN, Go�
c
You will be pleased to learn that your Energy Conservation Assistance Loan
Application has been approved. This letter has been prepared to guide you in
administering your loan. We suggest a copy of this letter is retained in your
files for future reference and a copy given to any manager of .the loan.
APPROVED LOAN PROJECT
LOAN AMOUNT: $ 396,900
PERCENTAGE RATE: 9.
ESTIMATED COMPLETION DATE: 10 -0 -87
ESTIMATED REPAYMENTS: 12 -22 -88
ESTIMATED REPAYMENT AMOUNT: $ 60,809.37
PROCEDURE FOR FORMALIZING CONTRACT
• The California Energy Commission agrees to keep this offer open for a
period of 90 days from the date of this letter. If the agreement has not
been fully executed with this period, the offer will expire.
• Enclosed are four (4) copies of the Loan Agreement, Promissory Note and
Invoices. Please have all loan agreements and Promissory Notes signed with
original signatures. Retain one (1) copy and return three (3) signed
copies to this office.
* If you decide not to accept the loan please notify me in writing.
PROCEDURE FOR REQUESTING FUNDS
• When requesting funds, the enclosed Invoice Form must be used.
• All invoices must be submitted in triplicate, one (1) original and two (2)
copies.
• The first invoice may request an advance for up to 10% of the loan amount.
• First nvoices for more than 10% require both a progress report and
billings from contractors to substantiate the amount billed.
3
PROCEDURE FOR REQUESTING FUNDS (con't) •''
• The second and any subsequent invoices shall be on a progress payment
basis. Billings from contractors are required to substantiate the invoice
and a Progress Report (enclosed) must accompany all but the first advance
request.
• The disbursement schedule for your loan is not more than 0 separate pay-
ments.
• Receipt of check can normally be expected within three (3) to four (4)
weeks after submission.
PROJECT EXTENSION
* Should you find that you are unable to meet the estimated completion date,
it is your responsibility to request an extension of completion date at the
earliest possible time.
PROJECT COMPLETION
* At the completion of an EA, TA or EA /TA project, the borrower submits a
copy of the appropriate audit report(s). A final project completion report
must be submitted for all types of loans.
LOAN REPAYMENT
* The attached loan amortization schedule is an approximation of the actual
loan amortization schedule that will be produced once your project has been
completed. Since the interest charges begin the date the Controller draws
the warrants, it is impossible to calculate the exact repayment amount at
this time. Should you not require all of the loan funds authorized, this
would result in lower repayments. Also, a charnge in the project comple-
tion date may change the repayment schedule.
* Repayments begin no later than December 22nd following the State fiscal
year (ending June 30th) in which the project is completed. Therefore a
project ending June 30, 1983, would begin repayments on December 22, 1983,
while projects ending July 1, 1983 would begin repayments on December 22,
1984.
ANNUAL ENERGY SAVINGS REPORTS
* At the completion of an Energy Conservation Measure (EMC) projects funded
by the loan program, the borrower must submit annual energy savings reports
to the California Energy Commission for three (3) years or the term of the
loan repayment, which ever is longer. This report must show the computed
cost of energy saved as a result of the project.
Should you have any questions or require additional information, please do not
hesitage to call me at (916) 324 -3080.
Enclosures
21
Sincerely,
CHERYL R DEL, Analyst
Grants & Loans Office
•
Authorized to Publish Advertisements of all kinds including public
notices by Decree of the Superior Court of Orange County,
California. Number A -6214, dated 29 September. 1961, and
A- 24831, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange Pvu2 heuu •a..na.q towns
py 0 �InWM i� Win ] painl
aen 1 10 pra ce4nn MOIn
I am a Citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for 1 time
consecutive weeks to wit the issue(s) Of
September 12 198 5
198_
198_
198—
198—
1 declare, under penalty of perjury, that the
foregoing is true and correct.
September 12 5
Executed on 198
at Costa Mesa, California.
Signature
l� r
.. �.. 71 ._ .. ..�'. a-- •..�.�r., Win, __ a� .-. . �...�..
0