Loading...
HomeMy WebLinkAboutC-2549 - Easement agreement, Jamboree & Birch (See Deed 1869)CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 December 9, 1986 (714) 644 -3005 Sierra Pacific Electrical Contracting 2542 Avalon Street Riverside, CA 92509 Subject: Surety: Transamerica Insurance Company Bonds No.: 5240 -89 -99 Contract No.: C -2549 Project: Street Light Conversion Program Phase II The City Council on November 10, 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 November 19, 1986, Reference No. 86- 568915. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach PLEASE RETURN TO: City Clerk/-�y�j City of N c t B ach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 86 -S6S9I S RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA EXEMPT RECORDING REQUEST PE GOVERNMENT CODE 6103 -2 so PM WN 19'86 ('}� y,�j� COUNTY NO'T'ICE OF COMPLETIONGRFCORDER NO CONSIDERATION PUBLIC WORKS �EXEMP 1 C14 10 All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 10, 1986 the Public Works project consisting of Street Light Conversion Program Phase II (C -2549) on which Sierra Pacific was the contractor, and was the surety, was coml u. (�4;-Wca X094*nect44gN, 2542 Avalon Street Riverside CA am �W nsur ompany, 695 Town Center Dr., Ste. Costa Mesa, CA 92628 \V�L CI Y OF NEWPO�RRT BFACH Public Works Director VERIFICATION I, the undersigned, say: 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 November 14. 1.986 at Newport Beach, California. ��i 1'L �yYDYr, YI 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 November 10, 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 November 14, 1986 at Newport Beach, California. City Clerk CITIMOF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 November 14, 1986 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following docunent for recordation and return to the above -named office: Street Light Conversion Program Phase II (C- 2549). Sincerely, (5'��� Wanda E. Raggio City Clerk 3300 Newport Boulevard, Newport Beach • • TO: CITY COUNCIL FROM: Public Works Department 0 BY THE CITY COUNCIL CITY OF NEFYPORT BEACH NOV 10 1986 APPROVED November 10, 1986 CITY COUNCIL AGENDA ITEM NO. F -13 SUBJECT: ACCEPTANCE OF STREET LIGHTING CONVERSION, PHASE II (C -2549) RECOMMENDATIONS: 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the Phase II of the Street Lighting Conversion Program has been completed to the satisfaction of the Public Works Department. • The bid price was $216,568.00 Amount of unit price items constructed $217,417.00 Amount of change orders: 3,944.92 Total Contract Cost: $221,361.92 Funds were budgeted in the General Fund Account No. 02- 3297 -388. Five additional 70 -watt luminaires were replaced resulting in the increase in the amount of unit price items. Two change orders were issued. The first, in the amount of $3,212, provided for replacement of the service wires from the Edison vaults to the individual meters. The second, in the amount of $732.92, provided for repair of broken conduit at Newport Hills East and,Ford Road. The contractor is Sierra Pacific Electrical Contracting, Riverside, California. The contract date of completion was July 31, 1986. The contractor was delayed by the Edison Company's energizing 4nwervices, with the being completed on August 11, 1986. w+, , �*�"W+� Benjamin B. Nolan Public Works Director • GPD:jb of the 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 �. 4 TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: April 10, 1986 SUBJECT: Contract No. C -2549 Description of Contract Street Light Conversion Program Phase II Effective date of Contract April 10, 1986 Authorized by Minute Action, approved on March 24, 1986 Contract with Sierra Pacific Electrical Contracting Address 2542 Avalon Street Riverside, CA 92509 Amount of Contract $216,568.00 Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 FROM: Public Works Department SUBJECT: STREET LIGHT CONVERSION, PHAS I, C -2549 Attached are four copies - -of the subject contract documents. Please have executed on behalf- af.tbe City, retain your copy and the insurance certificates, and return the remaining copies to this department. Y.: Gilbert Wong Project Engineer GW:em Attachments M __ ,�,.._., _. _ ._ ,�X__. __._ .__..__.. CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 12th day of March, 1986, at which time such bids shall be opene— amend read for STREET LIGHT CONVERSION PROGRAM PHASE II Title of Protect 2549 Contract No. $240,000 Engineer's Estimate co Approved by the City'Council this 24th day of February, 1986. 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL STREET LIGHT CONVERSION PROGRAM PHASE II CONTRACT NO. 2549 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 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. 2549 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 NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Convert series circuit "A" to multiple system. @ One Thousand Two Hundred Ten Dollars and No Cents $ L.S. $ 1,210.00 Per Lump Sum 2. Lump Sum Convert series circuit "B" to multiple system. ft @ Two Thousand Three Hundred Dollars and No Cents $ L. S. $ 2,300.00 Per Lump Sum 3. Lump Sum Convert series circuit "C" to multiple system. @ Five Hundred Seventy -six Dollars No Cents $ L.S. $ 576.00 Per Lump Sum L I U L 3 0 0 0 Ol U O U== V 4J C•34- i •r •r O O r >> d •r y (0L U C vL E L J ro ro 3 4) i U L J d 4J N 0 r S N C r i 0 O •r •r p •r I 3 0 ro W O O r o + o ro v v I� 0-0 U N N b o O N Y N O U •.- d O i 6) V U N V) N C d d 7 Y 0 ro v O O O L L N C L i W O O w O O C r r O C C > CL., O 6 O E +r L u N d E O > N > N N O L 4 > E n E U L N O o U N V- O C/ L G) L - Y L a)•r N L 7 S- 0' W +) C 3 yY•r O+� ro L L- E 3 a•� i ro U U > Y r i C O C L O ro L O W V O_ U V 7 (a Ol m c 41 U i a C O U ro U L U N w r 4- U ro tZ ro i L N N G O N L v C . U O +� N t ro O) L r a J 0) +) rd c7 O L Oj Ili O N i O U t n d a .,, +J U a m v ro 1 � In o (D U V 7 (a Ol m c 41 U i a C O U ro U L U N w r 4- U ro tZ ro i L N N G O N L v C . U O +� N t ro O) L r a J 0) +) rd c7 O L Oj Ili O N i O U t n d ' 1 • • PR l.b ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Convert series circuit "D" to multiple system. @ Five Thousand Three Hundred Eighty Dollars and No Cents $ L.S. $ 5,380.00 Per Lump Sum 5. Lump Sum Convert series circuit "E" to multiple system. Eight Thousand Three Hundred @ Thirty -five Dollars and No Cents $ L.S. $ 8,335.00 Per Lump Sum 6. Lump Sum Convert series circuit "F" to multiple system. @ Seven Thousand Seven Hundred Seven Dollars and No Cents $ L.S. $ 7,707.00 Per Lump Sum 7. Lump Sum Convert series circuit "G" to multiple system. @ One Thousand One Hundred Dollars and No Cents $ L.S. $ 1,100.00 Per Lump Sum 8. Lump Sum Convert series circuit "H" to multiple system. @ Seven Thousand Six Hundred Dollars and No Cents $ L.S. $ 7,600.00 Per Lump Sum 9. Lump Sum Convert series circuit "I" to multiple system. @ Five Hundred Dollars and No Cents $ L.S. $ 500.00 Per Lump Sum • PR l.c ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. Lump Sum Convert series circuit "J" to multiple system. 11. Lump Sum 12. Lump Sum 13. Lump Sum 14. Lump Sum 15. 2 Each @ Thirteen Thousand Nine Hundred Dollars and No Cents $ L.S Per Lump Sum Convert series circuit "K" to multiple system. @ One Thousand Dollars and No Cents $ Per Lump Sum Convert series circuit "L" to multiple system. @ Eight Hundred Sixty -six Dollars and No Cents $ Per Lump Sum Convert series circuit "M" to multiple system. @ Two Thousand Fifty Dollars and No Cents $ Per Lump Sum Convert series circuit "N" to multiple system. @ Eight Hundred Forty Dollars and No Cents $ Per Lump Sum Furnish and install street light service point per note Number 19 on Drawings. @ Three Thousand Thirty -five Dollars and No Cents Per Each 16. 11 Each Furnish and install pedestal enclosure per note Number 9 on Drawings. L.S. L.5 $ 13,900.00 $ 1,000.00 $ 866.00 L.S. $ 2,050.00 L.S. $ 840.00 $ 3,035.00 $ 6,070.00 @ Two Thousand Two Hundred Dollars and No Cents $ 2,200.00 $ 24,200.00 Per Each • • PR l.d ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 209 Each Furnish and install 70 -watt mast arm mounted luminaires. @ One Hundred Fifty -eight Dollars and No Cents $ 158.00 $ 33,022.00 Per Each 18. 156 Each Furnish and install 70 -watt post top luminaires. @ Two Hundred Seventeen Dollars and No Cents $ 217.00 $ 33,852.00 Per Each 19. 324 Each Furnish and install 100 -watt luminaires. @ One Hundred Sixty Dollars and No Cents $ 160.00 $ 51,840.00 Per Each 20. 79 Each Furnish and install 150 -watt luminaires. @ One Hundred Eighty Dollars and No Cents $ 180.00 $ 14,220.00 Per Each TOTAL PRICE WRITTEN IN WORDS Two Hundred Sixteen Thousand Five Hundred Sixty Eight March 12, 1986 Date (714) 784 -1410 Bidder's Telephone Number 264048 C -10 Contractor's License No. and Classification Dollars and Cents $ 216,568. SIERRA PACIFIC ELECTRICAL CONTRACTING Bi er S /Barry W. Loop, President Authorized Signature /Title 2542 Avalon Street Riverside, CA 92509 Bidder's Address • • Page 2 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. 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 Contr's Lic. No. & Classification March 12, 1986 Date SIERRA PACIFIC ELECTRICAL CONTRACTING 3idder S /Barry W. Loop, President Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTORS) 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. NONE SIERRA PACIFIC ELECTRICAL CONTRACTING Bidder S /Barry W. Loop, President Authorized Signature /Title FOR ORIGINAL SEE CITY *RK'S FILE COPY. . Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, SIERRA PACIFIC ELECTRICAL CONTRACIING , 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 ($ IO% 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 STREET LIGHT CONVERSION PROGRAM -PHASE II 2549 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 5th day Of March , 19 86• (Attach acknowledgement of Attorney -in -Fact) otard y Public Commission Expires: 5 -24 -86 SIERRA PACIFIC ELECTRICAL CONTRACTING Bidder S /Barry W. Loop, President Authorized Signature /Title TRANSAMERICA INSURANCE COMPANY Surety .,.-.I - 41 Title _ Attnrnay -in -Fart • ! Page 5 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. Iil : S /Barry�L LooR�presi" Authorized Signature /Title Subscribed and sworn to before me this 12th day of March 19_3L. My commission expires: May 241986 S /Dorothy Bledsoe Notary Public OR ORIGINAL SEE CITY CLERK'S FPCOPY Page 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. SIERRA PACIFIC ELECTRICAL CONTRACTING S /earry M. Loop. President Authorized Signature /Title u NOTICE 0 Page 7 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 Key Rating Guide: Property - Casualty. Coverages shall be provided or all TYPES OF INSURANCE 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 Beach), except as supplemented or modified by the Special Provisions for this project. KNOW ALL MEN BY THESE PRESENTS, That f PAYMENT BOND #5240-""H Page 8 f+End -=3n Performance Bond WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to SIERRA PACIFIC €4 €CTRICA1 CONTRACTING hereinafter designated as the "Principal ", a contract for STREET LIGHT CONVERSION PROGRAM -PNAS€ 11, Coatpact No- 2549 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 SIUM IPACIM U&CMUL CONTRACT= as Principal, and llAIMAMM ZVXVU f ifs Tom onsm ,rive. Ste, two fte" V8044 CA 926=8 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 'Ave />ow:M state" lbe"Mt It" some" sixty ssgs a.+ Dollars ($ 216,s".e0 ), 801199- 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 . .. b Page 9 Payment Bond (Continued) 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 let day of AWU 19 IMU rACXna UNCTUM CMIAMM ,(Sell Name of Contractor Principal - — _ Aufhorize SignatujW and Title M r i Y Authorized Signature and Title a 0 s Uttteer• - Nett TRANBANSt= INIUSAN X MWAtT (Seal) N r of Suret sss !we C is 9eive. its. 04" 0"" tleee. CA 02028 Addpess of Surety 'Signature an§/Title of Authorized Agent Address of Agent "` 9d 705 yaa- Telephone No. of Agent 1 K t c� 1 K t d z 0 c E o � c a 2 v .. m O N d N N X O O V N N C o o a > y O Z C L U T O L a N O y O « O a N U N U N O O U CL E .0 d o o o N O 1 0 C L N C Z O O m 1/) O C N 'O y d C OJ Y N C T E y U L @ N E E « ° a c U U N N d N L N O "O W T « a a Z N O « ❑ « c z ul W n O U: U) L) J N w LU m U N J m a Q p v V Q „ LL 0 0 CC n O O O E 0 Z j E O ,� fL O ' p T N C N � O ip U 9 F ro z 2 O LL. J Q U L. O W Q CO) w F- y O } r z O V d d W d m Ec3L E m c s � � c w ow E ° oc v a r n? Q m 2 r � N w EW ma C Z Q m _dJ Y �+ m' y O z z m� VJ C m ] W o o 6 N c N w } u_ E Q O 6 C E Q a O O1U Z O Q LU z m E' z d N W Q J Q o a t t � x w 2 LU m Z e m•- ¢ a m CO a O E z L• m C Q 2 r U H d v H E c a r = a w „ E Or m n r w L is i p H r1L O (7 L` LL O � w 'C •Tj, m U z m E O a E o ] Y CL r O U d Nd m s � � w r 2 r � N w C Z Q m _dJ > z W o o N d � � m Q O 1' O m' Z 'v Q z D ,,t E v J m J n x m Z v c m L r U > E LL z w Or m r w L is i m O (7 L` LL O LA- O O W ] Y ui u W > 2 3 !IX a yy LL Q J0 Uyj z 3 �z r, 3a z� w AUJJORITY OF SIGNERS FOR SURETY Transcripts From the By -Laws Transamenca 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 and deliver and affix the seat 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 Officers or Attorneys -in -Fact, hereinafter listed, Is in full force and effect. RESIDENT RESIDENT ATTORNEYS PLACE VICE PRESIDENTS SECRETARIES IN FACT COSTA MESA, * * * * * * * * * * * * * * * ** J. William Newton CALIFORNIA * * * * * * * * * * * * * * * ** Frank C. Gaudutis * * * * * * * * * * * * * * * ** Joyce L. Markos * * * * * * * * * * * * * * * ** Ron Dennison * * * * * * * * * * * * * * * ** Robert E. Staples J. William Newton Frank C. Gaudutis Joyce L. Markos Ron Dennison 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, recognizances, contracts ofindemnity, 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 President, 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 (iv) any other person empowered by the Board of Directors, the President or any Vice President to give such authorization, pro- vided that all policies of insurance shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President of a Vice President, a facsimile signature of the President. A facsimile signature of a former 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 of attest such instrument may affix the Coipaation's seat thereto. This certification 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 of contract of surety- ship or any document or notice pertaining thereto, to which it is attached. Given under my hand and the seal of the Company, this ist day of APRIL 19 6 5<cr<ta n 1723 0 /i2�007�i1 -!! Page 10 ! 11,0.00 "DIIPLICAit OYItiIlfAl." FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 24. 39N has awarded to SIERRA PACIFIC FLECIRINAL hereinafter designated as the "Principal ", a contract for 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, 612W PACTITO XUMUCAL 0001RAMM as Principal, and INAO:AN I= INIVIAM =WAXY 605 low Ce"W 8sisa. itr. /400. CMta X**N QA 11011 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of 1*0 1026114 s1z"M 11M ftaditd $ "-Blot "d Dollars ($ 230,560.00 _ )$ 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, 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 „ , ! Page 11 Faithful Performance Bond (Continued) 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 let day of Afril , 19 ” _t tIMM tAQTIC M&Mg ICAL (Seal? Name of Contractor (Principal) 265. ut rize ignatu and Title F Authorized Signature and Title r. f tit- INt 9 Tuamotu CWaN (Seal} Name of Surety ifs tow Cd"" Drive. fito* 0400 CNte llNe, CA flits Address of Surety jaVz,t,— �e 'Signature and I- le of Auth rized Agent c�S-D /) 691dei Ci/, A-o /mod X Address of Agent M/ 2V7 S stagy Telephone No. of Agent N C E m � N = O C a o a N V N @ C 0 n d c n ou t4 m r d O r`p O f a N a N N U h J U @ U I`o o v O L L N C @ T C w C 0 O a W a S J .tea/ n a E �_ `O O l� ll o c Z uj — h 0 =a J Q ,J Q Yi w 111 m V J m 6 O y 0 0 � 0 0 5 E D: Z T o a o. o t%J U I Z x O LL J Q C-) C3 W Q N W 2 h C1i to co LL } H Z O O U .o v m C � •U 0 a 01 z o m Z L ` C a H ai 0 1� N d w d d E v L E Z c o Q Y c v � d d O 'o w E n? o y o Q � E w m 0 m � o m d c v c 11 E o_ C � m c � o y Y C U C Q mU d _ � c o L t O _ y � o Z — >aQ v a -O N C a y y m o Ea c Q cr a z d w C m d d d E n y m O A d c C N d U m Z a E L" E O d L O L Q m w w N 11 f y � N C � Z a T > � z V a � O y LL m Z 'v a O � U > \ J a U a d w m GJ a c O m Z a L o• c d fx O _ x uj C Z 1O w N .a. WORITY OF SIGNERS FOR SURET= Transcripts from the By-Laws Transamerica Insurance Services Transamerica Insurance Company I, 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 and 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 Officers or Attorneys - in - Fact, hereinafter listed, is in full force and effect. RESIDENT RESIDENT ATTORNEYS PLACE VICE PRESIDENTS SECRETARIES IN FACT COSTA MESA, * * * * * * * * * * * * * * * ** J. William Newton J. William Newton CALIFORNIA * * * * * * * * * * * * * * * ** Frank C. Gaudutis Frank C. Gaudutis * * * * * * * * * * * * * * * ** 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 NII force and effect: ARTICLE VII SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, 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 President, 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 (iv) any other person empowered by the Board of Directors, the President or any Vice President to give such authorization; pro- vided that all policies of insurance shall also beat the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signature of the President. A facsimile signature of a former 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 Cotpoiation's seal thereto. This certificatior is signed and sealed by facsimile under and by the authority of the following resolution adooted 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. Given under my hand and the seal of the Company, this 1st day of APRIL $6//J/ /, -H J[crel atv 1123 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED • CERTIFICATE OF INSURANCE 0 VSURANCE COMPANIES AFFORDING (Company Letter A HIGHLANDS Page 12 u y Letter B Company C Letter IN THOUSANDS Company D Letter Policy Company E Letter g. ro uc s 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). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: 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 registered mail, attention: Public Works Department. By: Agency: e Authori d Representative Date: ,3 L :k�, Telephoner 7/5/ S'l7— 5- Description 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: 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. n, Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form A Premises - Operations SMP51 6 -30 -86 Property Damage $ $ Explosion & Collapse Hazard ix 3318 Underground Hazard Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500, $ 500, x Broad Form Property Damage x Independent Contractors X Personal Injury 500 ' Marine Personal Injury $ Aviation AUTOMOTIVE LIABILITY . ❑x Comprehensive Form Bodily Injury $ (Each Person Owned $ Bodily Injury A BBA5220 -30 -86 Each Occurrence Hired 55 Pro ert ama e Bodily njury and x Non -owned ❑ Property Damage Combined $ 500, EXCESS LIABILITY A ( Umbrella Form XS2126 -30 -86 Bodily Injury ❑ Other than Umbrella Form 05 and Property Damage Combined $ 5,000, $5,000, WORKERS' COMPENSATION I Statuto A and EMPLOYER'S LIABILITY BWC4468 87 -30 -86 100/500 /100 ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: 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 registered mail, attention: Public Works Department. By: Agency: e Authori d Representative Date: ,3 L :k�, Telephoner 7/5/ S'l7— 5- Description 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: 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. n, • 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 Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence $ 5,500,000 each occurrence 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 CONVERSION PROGRAM -PHASE II CONTRACT NO. 2549 Project Tit a and Contract No. y. This endorsement is effective 3 -28 -86 at 12:01 A.M. and forms a part of Policy No. BBA522055 AND X5212605 Named Insured SIERRA PACIFIC ELEC. CONT. Endorsement No. 21 Name of Insurance Company HIGHLANDS By Authorized Kpretentatne CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 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 ( 4 Single Limit Bodily Injury Liability $ 5,500,000 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: STREET LIGHT CONVERSION PROGRAM PHASE II C -2549 Project Title and Contract No. This endorsement is effective 3 -28 -86 at 12:01 A.M. and forms a part of Policy No. CSMP513318 AND x5 Named Insured SIERRA PACIFIC ELEC. CONT. Endorsement No. 21 Name of Insurance Company HIGHLANDS By Authorized Vpretentatt e • • Page 15 C(1NTR ACT THIS AGREEMENT, entered into this ZdAAay of , 19 by and between the CITY OF NEWPORT BEACH, hereinafter "CiTy,7 and SIERRA PACIFIC ELECTRICAL CONTRACTING , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: STREET LIGHT CONVERSION PROGRAM PHASE II 2549 Title of Project 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: STREET LIGHT CONVERSION PROGRAM PHASE II 2549 Title of Project 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 Two Hundred Sixteen Thousand Five Hundred Sixty Eight Dollars and S6R_nn * * *) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or 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) (f) Plans and Special Provisions for e (g) This Contract. tract No. Page 16 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 proxim ately 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: Lf %.!�L� APPROVED AS TO FORM: N" C City Attorney CITY SIERRA PACIFIC ELETRICAL CONTRACTING Name of Contractor (Print" a Pres;der4 uth rued ignatur and Tit e Authorized Signature and Title • • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET LIGHT CONVERSION PROGRAM PHASE II CONTRACT NO. 2549 I. SCOPE OF WORK The work to be done under this Contract consists of converting existing series street lighting systems to multiple systems, installing new multiple system metered service points, 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- 5029 -5), the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 edition) and the Standard S eci- fications for Public Works Construction 1985 edition). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Speci- fications 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 July 31, 1986 or within one hundred twenty (120) 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. (See Section V.) 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 additional allowance will be made therefor. IV 0 • SP 2 of 4 PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Speci- fications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. V. CONVERSION OF SERIES CIRCUITS The existing series circuit systems shown on the Drawings are to be converted to 240 -volt multiple systems. In some of the conduits the existing conductors may be reused for the multiple systems. In the remaining conduits, the existing conductors shall be removed from the conduit and new conductors installed with sizes as shown on the Drawings. In the locations shown on the Drawings, new conduit and conductors are to be installed. New conduit shall be P.V.C. except where the Contractor elects to install the conduit by jacking method, and it may then be metal. The Contractor shall remove and shall salvage the trans- formers 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. The conversions 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 reconnections to isolate the portions of the system being converted from the remainder. In no event shall any portion of the system be out of service on weekends or on holidays or for more than five consecutive days. The Contractor shall submit a construction plan showing the phases of the conversions, and the estimated length of outages. The plan shall be approved by the City prior to the Contractor's starting work. Materials and construction methods for the conversions shall conform to the requirements of the Standard Speci- fications. The lump sum price bid for converting each system shall include all things necessary to complete the conversion including removing and salvaging transformers, removing and installing new conductors, installing new conduit and conductors, and resplicing connections in pull boxes and in bases of light standards. The lump sum price bid is not to include new service points where indicated nor replacement of pedestal enclosures. SP 3 of 4 VI. SERVICE POINTS New 240 -volt metered service points shall be installed at the locations shown on the Drawings. Equipment and installation shall conform to Drawing No. STD -206 -L except that the pedestal enclosure shall conform to the requirements of Section VIII of these Special Provisions. The service point shall be complete and operable prior to starting the conversion 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 Ward Erickson 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 conductor 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. VII. PEDESTAL ENCLOSURE REPLACEMM Pedestal enclosures shall be replaced at the locations shown on the Drawings. The new enclosures shall be provided with meter sockets, and the equipment and installation shall conform to Drawing No. STD -206 -L except that the pedestal enclosure shall conform to the requirements of Section VIII of these Special Provisions. The lump sum price bid for this item of work shall include conduit and conductor connections to the converted series system, circuit breakers for the indicated number of circuits, removal and salvage of the existing pedestal, and a new concrete pad if required. VIII. PEDESTAL ENCLOSURE Pedestals for new service points, or for replacement of pedestals at existing service points, shall be a free standing type. The pedestal shall be complete with meter socket and factory - installed test blocks, and shall comply with the requirements of the Southern California Edison Company. The pedestal shall be furnished as a complete pre -wired assembly and shall be Myers Cat. #MEUG4- M100C /SS or approved equal. ' VA SP 4 of 4 VIII. PEDESTAL ENCLOSURE (cont'd) Enclosure shall be zinc coated steel, minimum 12 gauge thickness. Cabinet shall be protected against corrosion, in accordance with U.L.50, Cabinets and Boxes, Section 13. Exterior covers to be minimum 14 gauge steel and shall not require the use of a tool to expose interior components for installation or servicing. All factory - installed components shall be U.L. listed. All factory - installed conductors shall be copper, size and type to conform to NEC AND U.L. requirements. Enclosure shall be furnished with a detachable sub -base designed to be encased in concrete. Enclosure shall fasten to sub -base with h" diameter bolts. Mounting bolts shall not be visible outside the enclosure after installation on sub -base. Enclosure finish shall consist of one coat zinc chromate primer and two coats baked enamel paint. Finish shall conform to California Department of Transportation Specifications, Section 86 -2.16. Color of paint shall be color number 14672 of Federal Specification 595 a. IX. 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 70, 100, or 150 watt as indicated on the Drawings, high - pressure sodium -vapor with enclosed regulator -type ballast, photo electric cell receptacle, charcoal filtered optical assembly. Mast arm luminaires shall be General Electric M 250 A2 power door, Type III Distribution with cut -off optics or approved equal. Post top luminaires shall be General Electric Type PM -117 Lucalox with Type II distribution. X. SALVAGE All removed luminaires, transformers, pedestal enclosures 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 protecting all salvaged material against damage until it is delivered at the City Yard. Compensation for salvaging material shall be considered as included in the prices bid for the other items of work, and no additional allowance will be made therefor. 1. Approve a budget amendment to provide funds for award. 2. Award Contract No. 2549 to Sierra Pacific Electrical Contracting, Inc., in the amount of $216,568, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on March 12, 1986, the City Clerk opened and read the following bids for this project. • TOTAL BIDDER PRICE SID Low Sierra Pacific Electrical Contracting, Inc., Riverside $216,568 2. Steiny and Co., Inc., Fullerton $247,357 The low bid is 9.8% below the Engineer's estimate of $240,000. The low bidder, Sierra Pacific Electrical Contracting, Inc., is a well - qualified contractor who has successfully completed similar work for the City. This project consists of converting the existing series street lighting system to multiple systems and replacing existing mercury -vapor street lighting luminaires with high - pressure sodium luminaires at the locations shown on the attached exhibit. 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 1I have been prepared by Donald C. Simpson, Consulting Civil Engineer. The contract date of completion is July 13, jB=njamin B. Nolan Public Works Director GW:jw Att. March 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -3(a) • TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT REKH FROM: Public Works Department SUBJECT: STREET LIGHT CONVERSION PROGRAM, PHASE II (C -2549) MAR 24 1986 APPROVED RECOMMENDATIONS: 1. Approve a budget amendment to provide funds for award. 2. Award Contract No. 2549 to Sierra Pacific Electrical Contracting, Inc., in the amount of $216,568, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on March 12, 1986, the City Clerk opened and read the following bids for this project. • TOTAL BIDDER PRICE SID Low Sierra Pacific Electrical Contracting, Inc., Riverside $216,568 2. Steiny and Co., Inc., Fullerton $247,357 The low bid is 9.8% below the Engineer's estimate of $240,000. The low bidder, Sierra Pacific Electrical Contracting, Inc., is a well - qualified contractor who has successfully completed similar work for the City. This project consists of converting the existing series street lighting system to multiple systems and replacing existing mercury -vapor street lighting luminaires with high - pressure sodium luminaires at the locations shown on the attached exhibit. 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 1I have been prepared by Donald C. Simpson, Consulting Civil Engineer. The contract date of completion is July 13, jB=njamin B. Nolan Public Works Director GW:jw Att. •.,. - v • 0-1 : 9 „p r y� .i a �L Y i :� ffl FJ9 OPIY� \ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT .STREET L /fps /T �pt///E.es✓ON P.P06R.oi!! PiYA.SE jl fO.VTRACTNO 25¢9 G DRAWN 0-W.. DATE - /5ZAf* APPROVED PUBLIC WORKS DIRECTOR R.E. NO. _._ DRAWING No. EXH /B /T i February 24, 1986 CITY COUNCIL AGENDA ITEM NO. F -14 • TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL CITY Of NEWPORT BEACH SUBJECT: STREET LIGHT CONVERSION PROGRAM, PHASE II (C -2549) FEB 24 1986 RECOMMENDATIONS: A era yn) 1. Approve the plans and specifications. 2. Authorize the City Clerk to Advertise. for;= :birds+ to be opened at 11:00 A.M. on March 12, 1986. 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 Citv submitted an application for loan funds in the amount of $396,900. This amount would be used to convert 1,328 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. Plans and specifications for Phase II have been prepared by Donald C. Simpson, Consulting Civil Engineer. The Engineer's estimate is $240,000. A budget amendment will be prepared for Council consideration prior to award since no street light conversion funds are currently budgeted. Funds expended by City 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, re uIt' in an annu�all loan repayment of $61,000, approximately. Benjamin B. Nolan Public Works Director GW:jw Att. i RE5GLU7iON N0. U /11 Y � �: i f • 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 i 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 I 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 New -ort Beach hereby approves the filing of said application; ari RP 11 FJi:lliiR RESOLVED, that the Utilities Director be and hereby is designated as the City "s authorized representative. ADOPTED this day of NOV 29 '*t 1984. ATTEST: City Clerk Mayor APPRuti'ED BY Ci i Y CUu VC�L DATA I L6 Fti 51ATE OF'CALIFORNIA —THE RESOURCES AGENCY • • GEORGE OEUKMEJIA N, Gorrrw, CALIFORNIA ENERGY COMMISSION 1516 NINTH STREET ///�/�►�.1 ;_e, 1 " CRAMENTO. CALIFORNIA 95814 February 20, 1985 • Mr. Joseph T. Devlin 999 W. 16th Street Newport Beach, CA 92663 Re: Loan No. 289 -000 Dear Mr. Devlin, 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 PURPOSE: • LOAN AMOUNT: $ 396,900 PERCENTAGE RATE: 9.50 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. I` 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 sobmitie, in triplicate, one (I) original and two (') copies. • The first invoice may request an advance for up to 10% of the loan amount. • First invoices for more than 10% require both a progress report and billings from contractors to substantiate the amount billed. • 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 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. i1L`riffel: Jt91ml�ll • * 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 iii Sincerely,,%� CHERYL RMDEL, Analyst Grants & Loans Office • I Cm All Jt . 44 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C0A17of.4C7-,oV0 Z.-Sof DRAWN __4_F4V- DATE _9ZZYZm9k APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. AX1114917' 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- 24631, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange ovoid Nouu �awn,wq cow �a or mu cm a atl m ] pdnl in 10 o, W,, u caumn w41n 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 1MVITING DADS 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 11:4-0 consecutive weeks to will the issue(s) of February 28 '198 A 198_ , 198_ 198_ 198— I declare, under penalty of perjury, that the foregoing is true and correct. Executed on March 4 198 e at Co-*- Mesa, California. (, x Signature Cl