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