Loading...
HomeMy WebLinkAboutC-2727 - Lido Isle Street Light ReplacementJuly 31, 1992 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 Raymor Electric Co. 14930 E. Ramona Blvd. Baldwin Park, CA 91706 Subject: Surety: Bond No.: Contract No.: Project: (714) 644 -3005 Amwest Surety 002000217 C -2727 Lido Isle Project Insurance Co. Street Light Replacement The City Council of Newport Beach on July 13, 1992 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 of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the orange County Recorder on July 20, 1992, Reference No. 92- 484216. Sincerely, Wanda E. RRagg o�116�) City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk 161� City of NNpe ort Beach Newport Beach, CA Boulevard 0 92- 484216 RECORDED IN OFFICIAL PZCORDS OF ORANGE CO1NIV. CALil Or;it in 4:00 P.M. JUL C, 0199? Tinos $ rm$ eK Add. S Pq @$ Lien Nt $ Other is 10161 /y Pee. FePs Y� D.T.T. fix:. PCOR i $ RDF_ -2 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE Or COMPLETIall NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Raymor Electric Co., 14930 E. Ramona Blvd., Baldwin Park, CA 91706 as Contractor, entered into a Contract on May 28, 1991 Said Contract set forth certain improvements, as follows: Lido Isle Street Light Replacement Project (C -2727) Work on said Contract was completed on April 1.7, 1992 and was found to be acceptable on July 13, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Amwest Surety Insurance Co.. 80 S. Lake 11640, Pasadena, CA 91101 BY kluniic WorKs I.rec or VERIFICATION I certify, under penalty of perjury, correct to the be of my knowledge. Executed on L Newport Beach, al.if nia. i d III. , /// • e C / that the foregoing is true and at F1 RECE. JUL " err, N?" 0 (k4 131 __ = - 1992 Jai_ i 3 ib�'L -" L I C GENDA APPROVED ITEM N0. 14 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF LIDO ISLE STREET LIGHT REPLACEMENT (C -2727) 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 the Notice of Completion has been • recorded in accordance with applicable portions of the Civil Code. 4. Assess Liquidated Damages in the amount of $15,900. DISCUSSION: The contract for the replacement of the street lights on Lido Isle has been completed to the satisfaction of the Public Works Department. The bid price was $748,000.00 Amount of unit price items constructed 796,683.55 Amount of change orders 6.650.02 Total contract cost $803,333.57 The increase in the amount of the unit price items constructed was due to the relocation of the lights on Via Antibes and the need for more conduit than had been estimated. Six Change Orders were issued. The first provided for • corrections and clarifications in the plan notes. The second, in the amount of $7,098.00, provided for a change in the size of the luminaire globes. The third, in the amount of $1,965.00, provided for a greater length of conduit and wire from the Edison vaults to the meters. The fourth provided for the relocation of a light on Via Havre at the homeowner's request. The fifth, in the amount of $1,948.02, provided for the relocation of the meter pedestal at Via San Remo at the request of the L.I.C.A. The sixth, in the amount of - $4,361.00, provided for reimbursement for City furnished materials. Funds for the project were budgeted in the General Fund, Account No. 7013 - 3210002. • Subject: Acceptance of Lido Isle Street Light Replacement (C -2727) June 22, 1992 Page 2 The contractor was Raymor Electric Company of Baldwin Park. The contract, awarded on May 28, 1991, required completion of all work within 120 calendar days of the date of the award, resulting in a completion date of September 25, 1991. Due to a misunderstanding of the starting date on the part of Raymor, they requested and were granted a 30 day extension of time. In addition, the extra work delayed completion another 14 days. The revised completion date was November 9, 1991. The work was not completed until April 17, 1992, 159 days after the revised completion date. The specifications under which the contract was performed provide for the assessment of liquidated . damages at the rate of $100 per day, thus the recommended assessment is $15,900. 62, ge Benjamin Nolan Public Works Director PD: so r� J POO BY THE CITY CCU N_ ,UN 2 2 1992 i June 22, 1992 • CITY COUNCIL AGENDA L I ITEM NO. F-`% TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF LIDO ISLE STREET LIGHT REPLACEMENT (C -2727) 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 the Notice of Completion has been • recorded in accordance with applicable portions of the Civil Code. 4. Assess Liquidated Damages in the amount of $15,900. DISCUSSION: The contract for the replacement of the street lights on Lido Isle has been completed to the satisfaction of the Public Works Department. The bid price was $748,000.00 Amount of unit price items constructed 796,683.55 Amount of change orders 6.650.02 Total contract cost $803,333.57 The increase in the amount of the unit price items constructed was due to the relocation of the lights on Via Antibes and the need for more conduit than had been estimated. Six Change Orders were issued. The first provided for • corrections and clarifications in the plan notes. The second, in the amount of $7,098.00, provided for a change in the size of the luminaire globes. The third, in the amount of $1,965.00, provided for a greater length of conduit and wire from the Edison vaults to the meters. The fourth provided for the relocation of a light on Via Havre at the homeowner's request. The fifth, in the amount of $1,948.02, provided for the relocation of the meter pedestal at Via San Remo at the request of the L.I.C.A. The sixth, in the amount of - $4,361.00, provided for reimbursement for City furnished materials. Funds for the project were budgeted in the General Fund, Account No. 7013 - 3210002. • Subject: Acceptance of Lido Isle Street Light Replacement (C -2727) June 22, 1992 Page 2 The contractor was Raymor Electric Company of Baldwin Park. The contract, awarded on May 28, 1991, required completion of all work within 120 calendar days of the date of the award, resulting in a completion date of September 25, 1991. Due to a misunderstanding of the starting date on the part of Raymor, they requested and were granted a 30 day extension of time. In addition, the extra work delayed completion another 14 days. The revised completion date was November 9, 1991. The work was not completed until April 17, 1992, 159 days after the revised completion date. The specifications under which the contract was performed provide for the assessment of liquidated • damages at the rate of $100 per day, thus the recommended assessment is $15,900. 419 c ' 624 )/Vz Benjamin Nolan Public Works Director PD: so L- y • Department of the Treasury — Internal R e Service F6rm 668 -D Release of Levy /Release of Property from Levy (Rev. May 1991) To Taxpayer(s) CITY OF NEWPORT -BCH DEPT OF PUBLIC WORK ATTN:.lk6COUNTS PAYABLE 3300 NEWPORT BLVD. NEWPORT EACH, CA 92663 1, .:. RAYMOR ELECTRIC COMPANY, INC. 14930 RAMONA BLVD. BALDWIN PARK, CA 91706 -3439 Identlty;ng Numbers) 5- 2773383 A notice of levy was served on you and demand was made for the surrender of: tjall property, rights to property, money, credits and bank deposits of the taxpayer(s) named above, except as pro- vided in 6332(c) of the Internal Revenue Code — "Special Rule For Banks." See the back of this form regard- ing this exception. ❑ wages, salary and other income, now owed to or becoming payable to the taxpayer(s) named above. Ia ppaa dil.r, Please follow the instructions for the box checked below: PIr„;; Release of Levy ❑X Under the provisions of Internal Revenue Code section 6343, all property, rights to property, money, credits, and bank deposits of the taxpayer(s) named above are released from the levy. ❑ Under the provisions.,Qf Internal Revenue Code section 6343, all wages, salary and other income now owed to or b(j G.1 s 13571 o�i+Sg payable to the taxpayers) named above are released from the levy. ftlease of Property from Levy VIM Under the provisions of Internal Revenue Code section 6343, all property, rights to property, money, credits, and bank deposits greater than $ 0 .00 are released from the levy. The levy now attaches only to this amount. ❑ The last payment we received from you was $ dated The amount the taxpayer still owes is $ . When this amount is paid to the Internal Revenue Service, the levy is released. If you sent us a payment after the last payment date shown, subtract that from the amount you send now. ❑ Under the provisions of Internal $ each released from the levy. Revenue Code section 6343, all wages, salary and other income greater than now owed to or becoming payable to the taxpayer(s) named above are Dated at 9050 Flair Drive, E1 Monte CA 91731 June 5 _1992 (Place) IJare) Signature Telephone Number Title S.H. Smith 1 (818) 572 -7911 Revenue Officer p Part 1 — To A ressee Cat. No. 20490C Form 668-D (Rev. 5 -91) (L6-9 'Aaa) 0-899 woo j � -i11K1 NDV3a 1i1C>� . .asst a Mr *Alredo.id Lions uo Anal wanbasgns Aue 1UOA8Jd lou Ileys (L) ydei6eied aapun Aliadoid Aue uo Anal ;o asealaj ayl —•Anal luenbasgnS (£) •ssauisnq ao aped Lions uo 6ulAijeo wa; jaAedxel 041 lUBAaJd pinom Aliadoid leuos -jad algl6uel Lions uo Anal ;! (L) ydei6eied japun uolleulwalap pallpadxa ue Jo; aplAad pegs AjelajaaS ayl 'jaAedxel ayl ;o ssauisnq jo aped ayl uo 6uiAjae3 ui leiluassa Aliadoid leuoslad algl6uel Aue ;o aseo ayl ul— •A4iadwd ssawsnq ulepao uo uolleulwialap pallpadx3 (Z) •AjelajoaS ayl ;o snlels jollpajo pa.inoas ayl azipjedoaf p1nom asealai Lions ;! AABI Lions aseelai of pannbei lou si AaelajoaS ayl '(0) ydei6ejedgns ;o sasodind joj 'A1il!geil Lions jo uolloalloo ayl 6uiaapuiy lnoyl!m apew aq pInoo AlJado.id Lions jo lied a uo Anal aLil ;o asealaI pue Allllgell Lions speaoxa Aliadoid 941 jo anIeA la1Jew ne; ayl (9) Jo'jaAedxel ayl ;o uoilipuoo Imueui; ayl of anp diyspjey oiwouooa ue 6uileajo si Anal Lions leyl pauiwaalap sey AmaaoaS ayl (0) aslm.iaylo sap!AOad wawaai6e Lions ssalun'sluawAed luawllelsui ;o sueaw Aq Allllgeil, Lions A;slles of 69L9 uopoas japun luawaaj6e ue olui pajawa sey jaAedxel a4l..(0)'' 'Ali(lgei( Lions jo uolioalloo ayl alellyoe; plm Anal Lions 10 asealai (g) ' 'awls ;o asdel ;o uoseafAq algeaojo;uaun sawooeq jo pal;slles si apew seen AAGI Lions goiym jo; Allllgell ayi. (y) —;! pasealej uaaq sey AAaI Lions leyl (Aue j!) apew sem AAaI Lions woym uodn uosiad ayl A ;llou Alldwojd Ileys pue uodn paiAaI Aliadoid of sjgBu jo Aliedold ayl ' ;o lied to 'Ile uodn AAOI 841 asealai pegs AielaaoaS ayl 'AmajoaS ayl Aq paquosaid suoileln6ai japufl— rieua6 ul (L) — •aseelay ;o aMON pue AA8-1 ;0 asealaa (e) ANadwd uinlay pue Awl asealaa of Alljoglny '£bE9 '39S •Anal ;o aoituas lake sAep LZ laije Aluo ilueq Lions u! (uoajayl 1sajajui 6Wpnjaui) sllsodep Aue (ssaooid leijipn/ iapun uoilnoaxa io luawyaeile ue of .?gqns) lapuaiins IIeys ((u)gpti uquoas w pau/3ap se) jueq Auy— •s)lueg jo; alna leloadS (o) Anal of ioafgnS Aljadoad ;o japuaajnS Z££9 'oaS apo0 anuaAaa leuJalul aqi woo; sldjaox3 Release of Stop Notice 1. TO: CITY OF NEWPORT BEACH Construction Lender for party with whom Stop Notice watfiled) 3300 NEWPORT BLVD „ NEWPORT BEACH, CA 92659 -1768 Address C_Z -7 2*7 You are hereby notified that the undersigned claimant releases that certain Slop Notice dated FEBRUARY 26th, 1992 IntheamountofS665.50 (SIX HUNDRED SIXTY —FIVE DOLLARS AND FIFTY CENTS.) :CITY OF NEWPORT BEACH as owner or public body and RAYMOR ELECTRIC,14930 E. RAMONA BLVD.P.O.BOX A.I., BALDWIN PARK,CA as prime contractor in connection with tile work of Improvement known as BIG CANYON RESEVOIR, 3300 PACIFIC VIEW DR. ( VIA LIDO ISLE in (heCily of NEWPORT BEACH Date APRIL 23, 1992 County of ORANGE , State of California. NemeofCleimar RMITn rnACT nRFnSR rnRP x VERIFICATION [,the undersigned, stale: I am the AGENT OF ( "Agent of', " Preildent of', "A Partner of', "Owner of', etc.) the claimant named in the foregoing Release, l have read said Release of Stop Notice and know tile. contents thereof, and I certify that the same is true of my own knowledge. certify (or declare) under penally of perjury under the laws of the Stale of California that the foregoing Is true and correct. l;xeculedon APRIL 23; California. Date,, 41— z COPIES SENT T0: OMWW O O O ❑PB&RDk • PlanningDit • PPolio Chief JT I.III'�. Jlf R`��LA'l�� OICA FORM 6 (REV. 3.33) sM 19 92 at IRVINE, CALIFORNIA /f (Signature of Claimant ors or Aut� gent) RELEASE OF STOP-NOTICE TO. C 7" Y d F lyE�i°a C 9,46 rf Dv�,-10,e P�Q�i c G.i o ei f P, dMedw. Lenilm (or party wA wham Stop Node ww jtted) QU >( /76S /V-&)PoGr' 43E°14c" , Ci4 , '5R -27 f Add= Yon ate beteby notified that the undersigned claimant reieasea that certain Stop Notice dated/,' - 13- 9/ In the amount of S 3, ( 9 G , 9 C' ageing O/ T)r of N E.E1 A e ; �3�+� N 'W% o� F0,&,C uoecS a' owner or public body and 0e,,1 yM u < CC , as prime contractor is connection with the work of imp vmment ]mown as L C e =Se-,A LIbH7 —,-e .TMPcovnn ,5 �r4 hutWCltyOf ti)&0Pa0-T 44,54CN County of O�'^,jr,2 State Of California. Date �- 9 - 9 k Name of Cla1t sane --/SAC "Gr,) rile 5%d Sn, C Veeificat= for Pertaesship cr Soto owaetehip STATE OF CALIFORNIA COUNTY OF (Cla4mme arRep,treMWiW) being Star duly swarm deposes and says drat` _heir_ (Owner, PartmerorA6au) Of 4"M Name) named as clsiment in the foregoing claim, that has tend said claim and knows the stets thereof, and tbat the facts thatch stated we true. X (SiaMMMO/Ardw) SS. Sub=gxd and swora to betaee me this day of 19 (Sh mamm afNaum Publ(c) STATE OF CALIFORNIA COUNTYOF 04,4A;Glz I Eis d 4 is -T^� c (CUbMW or Reprcrsmea M) bang first duly sworn deposm and says drat Geis_ of E�Sa'c ENres/` (&ad Corporate Name) the cotpotatitm that ex cured the foregoing claim; tbar _be males We ve iHcation on behalf of said Cam; that _lte has reed said claim and knows thecontentsth ----f, that the facts tkervin restated aro e. X 7/ 1 � 7 X. _7 Saboxibed and swam tobeftmmedit f< day of r,),) a- 19 1Siamamrm dNaeIDb public) stamp c � OFFICIAL SEAL. ►- (iDy ANN BERER 1 t� `', ,� m NOTARY PUOUC - CALIFORNIA im a� W ORANGE COUNTY N N Ad v o "Comm. Expires tub 20. 1993 03 il. CC OM C.1 CD Z d d C O oC -) oo orlano')N Release of Stop Notice 41 MAY 11 1932 C"- " TO: City of Newport Beach t Construction Lender (or party with whom Slop Nolice wut filed) P.C. Box 1768, Newport Beach, Ca. 92659 -1768 You are hereby notified that the undersigned claimant releases that certain Stop Notice dated January 21 1992 , in the amount of S against City of Newport Beach 28,143. o6 as owner or public body and Raymor Electric Company, Inc. as prime contractor in connection with the work of improvement known as Lido Isle St. Light Replacement ect Contract NC -2727 Via Lido, Pacific Coast Highway, Via Ylla, Via Lido Isle, in the City of Newport Beach , County of Orange , State of California. Dale A;Dri l 15, 1Q22 Name o(Claimant CitX Concrete Products, Inc. Nam // v r f �._,�P�Y1a- Treasu er Verification rot Partnership or Sole Ownership STATE OF CALIFORNIA, COUNTY OF I SS (Claimant or Representative) being rust duly sworn deposes and says that he It (Owner, Parsnvr or Agent) Of (Firm Name) named as claimant in the foregoing claim; that he his read rid claim and knows the contents thereof, and that the facts therein stated we true. X (Signature of Affront) Subscribed and morn to before me day or (Signatnve of Notary Publfc) weary Stamp Form No. X -455 ec E--v 0 tz ,19_ (official clapacttyl Verification for Corporation STATE OF CALIFORNIA COUNTY OF SS. Orange David M. Gernak [Claimant or Representative) being that duly mom deposes and says that _he it _ Treasurer (official Capacity) of City Concrete Products, Inc. (E"d Corporate Name) the corporation that executed the foregohsj Jahn; that--be makes this verification on behalf of aid corporation; tMt_M has read said claim and knows the contents thereof, sea that the facts e in stated sae. k4 (SWortsire of fiant) Subscribed and sworn to Were me this _. 15th day of April 19 22 Notary v Stamp :Notary OTARY SEAL BRUNECK — Calitornia QPW ^OUN'ry .w, MA y N 1 z y yy l aMOI,,s1 V"13 ova❑ ,004 ( \�\ SUrA PAC e+. -Z7Z7 t CO 0' t:NCRS ABLEAS,S OP STOP NOTICE TOe R;wMOR SLSCTRIC CO. INC., as Prine!pale in favor )f tho► City of Newport „each, and others as Oblicops, You are hereby nOtlfied that the undersigned clai.mant.relessen that certain Stop Notice datied 2-19 -92 Tc�r Did # in the amount of 6I2 setainet °'I ,y OF Neutcrt. Brachp and others as ob3,ioosa. ra ovnor or public body and Raymor 8tectric co., Inc. an prima contractor in connection with the work of improwemrnt known an.-- LInO ins SI' ,w, un r nFLAmEw R I VEYtEl D8, in tlue County o! a State of California. 4-.17-927,a,,, natnc `• e7'i ��� �t Cal �o�gg�'PId 0 1- oQ,)poV�00000N� MAYA OF CLAIMANTi SUN PAC MUGS CoNrAIMERS, INC. 8Y 23222 OLIVE AVE.. SL TOAD, CA 9200 • (714) 488.7047 1 i EISEL NTERPRISES INC. PRECFST CONCRETE PRODUCTS ERIC WEBSTER Bus. (714) 993-1706 FAX (714) 993-6197 714 S. Fee Ana Street, Placentia, California 92670 6 RELEASE OF STOP NOTICE TO: CITY OF NEWPORT BEACH P.O. Box. 1768 Newport Beach, California 92659 -1768 The undersigned hereby withdraws and releases the stop notice filed on December 5, 1991, with the above -named public entity against RAYMOR ELECTRIC in the amount of $ 173,696.25 for materials furninshed in connection with the original contract C# 2727, for the construction of the public work of improvement consisting of Light Replacement, Newport Beach, CA. The undersigned also hereby releases THE CITY OF NEWPORT BEACH, and its subdivisions and agents, from any further duty under Section 3186 of the Civil Code to withhold money or bonds in response to the stop notice, and waives any right of action against them that might accure thereunder. Dated: C//� /S _L_ Date - 16- z COPIES SENT TE O COLMOMM ormanauff `WAt1 nq ❑ BI4 Dk ❑ GenSery Dlt ❑PB &RDIE ❑ Planning Dir ❑ Polio am -F�fPVKDII744 1 � 11dae r" I - % DA ID A. PINES Authorized Agent ALL CITY ELECTRIC SUPPLY, INC. APR ;2 } x q / ,wz . %\y / \ ; \ , \ \7\ ± %% t§\ 0 j4 -H 2 ^4-4° etyt £ft( J% /2 & \ \ \ u A k \ / \ ( e § k Vow rdErUM AQQ� osmOsftd on do -fwvwm %We? Thu* you fa =Mg Return Rio 4 savior. v STOP NOTICE ° ;fit TG� Lo,9ti LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUND�3p` y \ c`s (Public or Private Work) �.,;.i?,, ",.O�d�� (Per California Civil Code Section 3103) ti, NfyP� 40 e✓ 4ti, as To: CITY OF NEWPORT BEACH Project: BIG CANYON RESEVOIR�p in (Nam of owner public body or construction fund holder) (Name) 11 3300 NEWPORT BLVD 3300 PACIFIC VIEW DR. (Address, If directed to a bank or savings and loan assn use address of branch holding fund) (Address) NEWPORT BEACH, CA 92659 -1768 NEWPORT BEACH, CA (City state and zip) ICtty, state and zip) TAKE NOTICE THAT SOUTH COAST REFUSE, CORP (Name of the person of turn claiming the stop notice Licensed contractors must use the came under which contractor s ltense Is issued) whose address is 2021 BUSINESS CENTER DRIVE; SUITE 114, IRVINE, CA 92715 (Address of person or firm claiming stop nobice) has performed labor and furnished materials for a work of improvement described as follows: BIG CANYON RE S E V O I R VIA L -DO ISLE JOB (Name and location of the Select where work 01 materials were fmnlshetlt The labor and materials furnished by claimant are of the following general kind: 22 FOOT STORAGE BOX (Kind Of labor. services . equipment. or materials furnished of agreed t0 be furnished by claimant) The labor and materials were furnished to or for the following party: RAYMOR ELECTRIC 14930 E. RAMONA BLVD., P.O. BOX A.I., BALDWIN PARK, CA 91706 (Name of me par who ordered the work or materials, Total value of the whole amount of labor and materials agreed to be furnished is ........... The value of the labor and materials furnished to date is: Claimant has been paid the sum of: and there is due, oviing and unpaid the sum of: 665.50 $ 665,50 �1= g 665.50 You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. FIRM NAME: SOUTH COAST REFUSE, CORP ?Name of stop notice claimant) By: CATHY ARAKELIAN (Owner Of agent of stop notice claimant must sign here and verify below) VERIFICATION I, the undersic fled, say: lam the AGENT OF r President or partner Of'.'Owner of. "Agent ol', etc I the claimant named in the foregoing Stop Notice; I have read said Stop Notice and know the contents thereof, the same is true of my own knowledge. I declare undE r penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on FEBRUARY 26 (Date this document was Signed) 19 92 at IRVINE California. (Name of city where pnotice signed) (Personal signature of the individual who is swearing that the contents of stop notice are trust REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159, 3161, or 3162) If an election is nade not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed s afnped envelope. This information t be provided by you under Civil Code Sections 3159, 3161, or 3162. i laimant most enclose self - addressed stamped envelope) See reverse side for additional information. WOLCOTTS FORM 890 —ST )P NOTICE —Rev. a 91 (once class 3) Before you use this form, read it. fill In all blanks, and make whatever changes are appropriate and necessary to your particular '01991 WOLCOTTS. INC. transaction. Consult a lawyer If you doubt the form's fitness for your purpose and use Wblemus makes no representation or warranty, express Or Implied, with respect to the merchantability or fllpess of this form for an Intended use or purpose. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. • 0 RUN DATE: 02/19/92 SOUTH COAST REFUSE CORP. PAGE: i SYS DATE. 02/19/92 AGED INVOICE REPORT TIME: 03:22 PM ALL OPEN INVOICES INCLUDING PAID INVOICES - AGED AS OF: 02/19/92 CUSTOMER/ INVOICE DISCOUNT DISCOUNT DAYS INV DATE INVOICE NO DUE DATE DUE DATE AMOUNT BALANCE CURRENT 8 DAYS 30 DAYS 60 DAYS 90 DAYS DELU 37R RAYMOR ELECTRIC CONTACT: RAYMOND MORALES - PRES. PHONE: (818) 338 -1483 CREDIT LMT: .00 88/30/91 13215B -IN 10/18/91 .00 130.00 130.00 132 COMMENT: 3308 PACIFIC VIEW DR. 08/38/91 1324SR -IN 10/10/91 .80 85.80 85.88 132 COMMENT: 3300 PACIFIC VIEW DR. 10/15/91 0889629 -IN 11/18/91 .00 178.00 170.08 101 COMMENT: 3380 PACIFIC VIEW DR. 11/15/91 8018678 -IN 12/10/91 .00 176.00 170.00 71 COMMENT: 3300 PACIFIC VIEW DR. 12/16/91 0811622 -IN 01/18/92 .00 50.80 56.80 40 COMMENT: 3300 PACIFIC VIEW DR. 02/17/92 FER0007 -FC 02/17/92 .80 60.50 60.58 2 COMMENT: FINANCE CHARGE - --- - -- ------ CUSTOMER 37R TOTALS: ---- - -- --- - .80 ---- - - - - - -- ----- - - - - - -- - -- 665.50 .08 --- - - - - -- 60.50 ------ -- 50.80 ------ -- - 170.00 - --- -- 385.00 REPORT TOTALS: - --- --- - -- ------ .00 ---- - -- - -- ------ ---------- ------ -- - --- ------ - -- - -- ----- 665.58 .00 - - - - -- ------ - - -- -- ------ - - - - -- ------ - - - - -- ----- - - - - - -- 60.50 - - - --- - - - - - -- - ----- - - - --- 50.88 ------ -- - - -- ---- -- - - - --- ------ - - - - -- 170.00 ------ - - - - -- --- --- - - - - -- ------ - - - - -- 385.88 - --- -- - - - - -- ------ - - - - -- /1 c' A, 4 ti Iz E 4 1, A r =A M R ■j ^A`V } A U RRL • T e Y V � • O N m C N J N � o = m � O fl) z C-J � O a m 0 2 � y m � d i � N d N _V N - Z7z7 STOP NOTICE RECEIVED NOTICE TO WITHHOLD TO HOLDER OF FUNDS FEB 24 1992 Crf1'C lfRx - kfw O'T BFACH TO: CITY OF NEWPOR C BEACH (Name of owner, construction lender or public officer) - 3300 Newport_ Beach ,lvd. , Newport ;each, Ca. HOLDER OF FUNDS. (Address of owner or construction lender) YOU ARE HEREBY NOTIFIED THAT the undersigned claimant, SUN PAC SPORA"E CONTAINERS, INC., 23222 Ulive Ave., E1 Toro, Ca. (Name and address) has furnished or has agreed to furnish SPORAGE CONTAINERS _ services, equipment, materials) of the following kind (general description of labor, services, equipment or materials) PAYMOR ELEC ^RIC to or for , for the work improvement, located at, or known as: (name of person to or for whom furnished) e Lido Isle (Street Liqhts) Via '',razing S Via Lido Soud, Newport Beach (address, legal description, description of site or project identification) The amount in value of the whole agreed to be done or furnished by claimant is $ 614 . 82 The amount in value of that already done or furnished by claimant is $ —0— Claimant has been paid the sum of $ —0 , and there remains due and unpaid the sum of $ 614. 82 plus interest thereon at the rate of 7% per cent per annum 2 -28 -92 from 19_. YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST. 2 -19 -92 SUN PAC STOPAC;E CONPAINERS, INC. Name of Claimant 23222 Olive Ave; El Toro, Ca. 92631 Address of Claimant —W �v6 STATE OF CALIFORNIA ti N �— ss. COUNTY OF r=2,JS zi rJ kx, "Z. being duly sworn, deposes and says: That _Ile is the personal who signed the foregoing Stop Notice; that _he has read the same and knows the contents thereof to be true of h1LL own knowledge, except as to any matters or things that may therein be slated on h i 5 information end belief and as to those matters and things —he believes them to be true. �i , Subscribed and sworn to before me this y of Notary Wic and in and for said State ' Tbb L. STOP NOTIC[ and mab cba:• woa.eorrra rover oa "W.2-7311 tpa,dlua) :STATE OTARY PUBLIC OF CALIFORNIA ounty of Orange EPH H. CRUTCHLEY bk' Appolnl>gr'ies Au9us121. 1992 -1 m.nhkm b aw Mad lodlesa,d. Sdom foS alpy nrd w bl.nb. Caawk alarm @ � daaba rb brie ea^ ..,.:.• earaaw. 1. cx 0 0 Oki " owl STOP NOTICE _t LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS FEg j 1992 (Public or Private Work) c' {;noFs .r�•npngt EEP.CH (Per California Civil Code Section 3103) To: City of Newport Beach Project: Lido Isle Street C# C -2727 (Name or owner_ pralm eody ar.,Ilauclmn turd nobeq (Name) P.O.Box 1768 Light Replacement yAd Are Is If d ec!ee to a hank I'S a inQ I and loan assn. use address of Trader hot lure toad I (Aderesem Newport Beach, Ca. 92659 Newport Beach, Ca I C :!y stale and [:J! (City. 9a1e ane set TAKE NOTICE THAT All City Electric Supply, Inc. I Van :, of the pe'Sail or Lim c:aunmq !ne It., rance License[ contratlnrs must LSe the name antler hirer, contactor s license..' 5su doll whose address is 17020 Alburtis Ave Artesia, Ca. 90701 r0.tltl:ess al 111. or to "daamng rapper mWrcel has performed labor and furnished materials for a work of improvement described as follows: Light Replacement Lido Isle Street C# C -2727 Newport Beach, Ca I NhIre and .canon or the pmlecf where walk or n:a(eaale'sere lunrshed, The labor and materials furnished by claimant are of the tollowing general kind: Electrical Furnished Electrical Materials Mlrf. If i0lr sewres_ ,.....In R- -L or life, at, I, fired a' apleeC 1. ne'urm,hen or cplmanh Total value of the whole amount of labor and materials agreed to be furnished is ... ............................... S 200, 000.00 The value of the labor and materials furnished to date is. S 173,696.25 Claimant has been paid the sum of ........................................................................ ............................... S and there Is due, owing and unpaid the sum of ..................................................... ............................... S 173, 696.25 You are required to set aside sufficient funds to satisfy this claim with interest. court costs and reasonable costs of litigation. as provided by law_ You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. FIRM NAME All City Electric Supply, Inc. .ladle al zh;l: r'JUCB c reran'. M cyt _r__� "I. "r r.1 I'a.I if .aa :we'll rid£Sq^ srF Are ;r '1'r Te - xI VERIFICATION I. the undersigned. say: I am the Vice — President Of . "t'2s- ce•' :d 4 JIFI e• or Cv: 1 e". Ace,: _1 e the claimant named in the foregoing Stop Notice: I have read said Stop Notice and know the contents thereof: the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on December 5 19 9_1. at Artesia, Ca . California. . Pill :11, duen VK I .N.rr 1-1 (1 , 111 ?s:,13 -01 ei.QIcd- / / —7 ma a! slry'v1'v"e.f the I9divah.a.'wro :s sseanr., Rat (9e NC2'III [II 5le3 rive me t'ceI REOOEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159. 3161. or 3162) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162. please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159. 3161. or 3162. Signed: Ch, cIrt drag Ionise sell "ah"Ied vamped ena,Iopgl r_ t tvy7f � See reverse side for additional information. m p, 0' t , if oc°�00 Irmo C1 0V� WOLCOTTS FORM 591 —S FOP NOTICE -Rev 5.90 Ipnce cuss 3, Before you use this fer, . read lL ink In all UJILS and make whatever hanges are appropriate and necessary to your pamcular 1990 WT ICOR$, INC tlansachou. C .... It a lawyer If y.a doubt the form fitness for your purpose and use Rblcotls makes no represenballen or warranty express or Implied with respect to the merchanlamllly ar Illness of this arm for an intended use or purpose ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code 4 4 3179 -3 214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code 443156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney it you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. i i \t `Q O 0 Stop Notice ` �f CALIFORNIA CIVIL CODE SECTION 3103 NOTICE TO City of Newport Beach (Nance of Construction Lender, Public Body or Owner) ♦9 P.O. Box 1768, Newport Beach, Ca. 92659 -1768 (Address) (If Private Job — file with responsible officer or person at office or branch of construction lender admimstel �eOVI the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175) NEB (If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make payments under provisions of the contract — CIVIL CODE SECTIONS 3179 - 3214) Prime Contractor: Raymor Electric Company, Inc. Sub Contractor (If Any) Owner or Public Body: City of Newport Beach Improvement known as Lido Isle St. Light Replacement – Project Contract #C -2727 (Name and address of project or work of improvement) Via Lido, Pacific Coast Highway, Via Yella, Via Lido Isle, Newport Beach in the City of Newport Beach County of Orange State of California. City Concrete Products, Inc, Claimant,a Corporation (Claimant) (Corporation/Parinersldp /Sole Proprietorship) furnished certain labor, service, equipment or materials used in the above described work of improvement. The name of the person or company by whom claimant was employed or to whom claimant furnished labor, service, equipment, or materials is Mor Electric Companv. Inc. (Nint of Subconiractor ✓ contractor /Owner- Iiiiiider) The kind of labor, service, equipment, or materials furnished or agreed to be furnished by claimant was mix concrete Total value of labor, service, equipment, or materials agreed to be furnished......... $ 28 ,143.06 Total value of labor, service, equipment, or materials actually furnished is............ $ 28.143.06 Credit for materials returned, if any ................................................... I........... $ Amount paid on account, if any .................................... ............................... $ .00 Amount due after deducting all just credits and offsets ...... ............................... $ 28.143.06 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 28,143.06 and in addition thereto sums sufficient to cover interest, court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not (is /is not) attached. (Bond required with Stop Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice served on owner on private jobs). Date January 21 1992 Name of Claimant City _Concrete Products, Inc. a (Firm Name) 1 N B, traX43 pct') l70%7 11o000�� VERIFICATION I, the undersigned, state: I am the C t ('A r " Prst Concrete Products Inc. ; 'A Partner of'; "Owner of; etc.) the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my own knowledge. I certify (or delcare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on January 21 lqe2 at State of California _ or REQUEST FOR NOME OF ELECTION (Private Works Only) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to the address of the claimant shown above. This ' foo nation must be provided by you under Civil Code Sections 3159, 3161 or 3163 —� // i BICA FOAM d (FSNOI) V1189 0 0 I& I i 'r V cv Z661 t Nvr s �ct DJ 12,'18/91 14:54 NIL4ND C008 is P02 CONDITIONAL WAIVER AND RELEASE UPON FINAL PAYMENT tc11luerela Civil code 132e2(d)i3p City of Newport Beach, CA and /or Raymor Electric Co. and /or Upon receipt by the undersigned of a check from ft-�jo In the sum of $4097.04 payable to Niland Company _ (Amaudl 01 hi NOIQ Wry,# or rgeea at CMCN and when the check has been properly endorsed and has been paid by the bank upon which it is drawn, this document shall become effective to release any mechanic's lien, stop notice, or bond right the undersigned has on the job of City of Newport Beach, CA 10 «nM located at Lido Isle Street Li ht Project C -2727 (Jeb Oec.ip+IOnl This release covers the final payment to the undersigned for all labor, services, equipment or material furnished on the job, except for disputed claims for additional work In the amount of $ , Before any recipient of this document relies on It, the party should verify evidence of payment to the undersigned. Dafed: ]2-17-91 COMPANY Niland company y06mprny Memel By Thomas M. Niland, Presi nt (T(kW) 7241 STILES DR. EL PASO, TEXAS 79915 � -Y\ " NOTM This form oIgA1AR49$ I WI1h the requirements of Civil code SeoUon 3282(d)(a). it is not effective until the cheok that constkulee final payment has been properly endorsed. and has cleared the bank. USE REVERSE SIDE AS RELEASE FOR INDIVIDUALS PERFORMING LABOR FOR WAGES WOLCOTT$ FOAM 3?62 2- CONOITIONAL WAWER AND RELEASE uPON FINAL PAYMENT -rev. Fay Iarm nail 7.21 F" _,' 12-041 L• 0lash VACOTTS, INC. DEC -17 -91 MON 11:07 N B PUBLIC WORKS 7146443316 P.03 THE UNDERDESIGHED HAVE PERFORMED LABOR FOR WAGES ON THE PROJECT DESCRIBED ON FACE OF FORM a "N uNVr orcu natn I4 rtir 1 Tn FIATF Vr Ct ..,....� n ©,f{r ;�,Er�u�ufw.a.r%n0 0lash VACOTTS, INC. DEC -17 -91 MON 11:07 N B PUBLIC WORKS 7146443316 P.03 THE UNDERDESIGHED HAVE PERFORMED LABOR FOR WAGES ON THE PROJECT DESCRIBED ON FACE OF FORM a "N uNVr orcu natn I4 rtir 1 Tn FIATF STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) (Per California Civil Code Section 3103) 0y7'd` Cr 1'JEwF`"e7- ,(jeACH To: J0,p0 T O": (Name of owner, poop[ body or construction lend holder) FC. Qi7� 17r:�R (Address. It duected to a bank or savings and loan assn. use address of branch holding fund) NrdJIVOeT j8 ¢4cH, Cam. 9a?6SI - /C- 8 state and alp) _ ' DEC 11 1991 - C11 +ryEQAK � NEWPNRi 6F3 Project: {Name) (Address) state and bp) TAKE NOTICE THAT C"1ScsL tgA)7'!'ofr.2lSeS -Tve (Name of the pe6an a- firm claiming the stop notice Licensed canlracW6 must use me name older which conlracU(s license IS Issued whose address is -7 / y )CcE /ANA Pc-i -cZ`.J 7"7A.1 CA IAddless of person or firm clnlmmg stop nollcei has performed labor and furnished materials for a work of improvement described as follows: �nee�- L�GKTi�6 77.7 P ,60;.oA1( -'.0 /VeLJPcee i 6&ACN I 0/1 . fName and Ncannn of the protect whue work o• mateualtowoe turmsbect The labor and materials furnished by claimant are of the following general kind: C- 7,ckd`ZTe Puce, d- CCva< (Kind of labor serviced epwpmenl, or malendlS lurnrshed or agreed to be lum6hed by Ummantf 3 G9C.9E Total value of the whole amount of labor and materials agreed to be furnished is: ....... ................... .... $ i The value of the labor and materials furnished to date is: ....... ................. ................. - ................. ........ S 3, 6 / C' Claimant has been paid the sum of: ............. ................. - .............. --- ............ -- .............. -- S 0 9� and there is due, owing and unpaid the sum of: ............................................................................... I-- $ '3' C C> You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds lot this project which are in your hands. FIRM NAME: M VERIFICATION I. the undersigned, say: I am the P C65 y 0, N r 1'esidee1 o' Apane'M "•Ooner of -Agent of etcI the claimant named In the foregoing Stop Notice. I have read said Stop Notice and know the contents thereof: the same is true of my own knowledge. i declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 1'2 - /'S 1919/ rap ms bucumeet was Signed) atL A C� �7� .California. if I" C ets nal tywpe� elice signed ci m ve d tee ndnIda• who IS swear: pro /! ' co9Lrts::[ stop Imice are Ypel REQUEST FOR NOTICE OF ELECTION (Private Works Only) (Per California Civil Code Section 3159. 3161• or 3162) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been recorded in accordance with Sections 3235 or 3162• please send notice of such election and a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or 3162. Signed: NI77S1 �g� � 3 See reverse side for additional information. °3 M m -ali evo mCDaad , DU nr7 n WOLCO1 IS FORM 894 —STOP NOTICE— Rev 590 once class 31 Before you use this form. read It. hum all blanks. and make whatever changes are appropriate and necessary to bout particular a 1998 WOLOWIS INC lta"S.'An P. Consult a lawyer A you boom me onto S lo ass lot open pUbl ant boa, boboms males no lain nations h ai warranty express of Implied, with respect to the me chantabdrty or floods at INS farm tot an Intended USE or purpose. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. 1 wa :` STOP NOTICE LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) (Per California Civil Code Section 3103) To: C t- )z nrt Raarh oe Nae lc body or construction fund holder) 3300 Newport Blvd. Address If omeped to a bank or savings and loan assn _ use address of branch holding fund) Newport Beach, CA 92659 -1768 r; ^•try pi pa!F "' DEt': 5 155] Project: TAi Tii Straar Light (Name) Replacement Project C -2727 fireauss) fUly state and nor tarty state and not TAKE NOTICE THAT Niland Company (Name of the person or front claiming the stop notice Licensed contractors must use the name under which oonhatlor s license is Issued) whose address is 7241 Stilag T)rivp Ell Pagn TX 79Q15 (Address of of ¢ m,nm claiming stop nonce) has performed labor and furnished materials for a work of improvement described as follows: Lido Isle Street Light Replacement Project C -2727 Newport Beach, CA (Name and location at the pinged Where work or materials were Mohamed] The labor and materials furnished by claimant are of the following general kind: Streetlights and globes INmd al labor, services_ eampmeat or maphorIS Noumea or agreed to be furnished by claimant, Total value of the whole amount of labor and materials agreed to be furnished is: __ ......................... _ $ The value of the labor and materials furnished to date is: .......... . . ..................................... - ... ........... 65,781.50 Claimant has been paid the sum of: ............................ ___ _............................ ...__..._.....................- $ 31,684.46 and there Is due. owing unpaid aid the sum oli ..................... $ 34 097.04 P You are required to set aside sufficient funds to satisfy this claim with interest, court costs and reasonable costs of litigation, as provided by law. You are also notified that claimant claims an equitable lien against any construction funds for this project which are in your hands. _. FIRM NAME: Niland Company . 'Y , IVAne of stop notice c aimami IU,m >r or aaert o' stop Once ciarand must sign here and verify be ow, Thomas M. Niland VERIFICATION I, the undersigned, say: I am the President /CEO "I"i' it of 'A parner 01 ., - wrrcr of Agent at -m i the claimant named in the foregoing Stop Notice: I have read said Slop Notice and know the contents thereof. the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on ) — 19 91_ at E1 Paso, Texas California. Oa:e Ifis CCeume'll was Sgneel Name it cli where slop notice sOnejmw/ iversu'ia: sigralure of tire rndimdba: add is srrea'mg that the camen6 of stop rauce are Inner REQUEST FOR NOTICE OF ELECTION (Private Works Only) _ (Per California Civil Code Section 3159, 3161, or 3162) If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond having been receelthe ce with Sections 3235 of 3162, please send notice of such election and a copy of the bond within 30 days of such nclosed preaddressed stamped envelope. This information must be provided by you under Civil Code Sections 3159, 3161, or Signed: . . See reverse side for additional information. u.7 gill �� g o L� L - 'r red ..d.. �-' vdm'�or 'WOLCOI IS maM 894 —STOP NOTICE— aeo.590 lane class 3) Before you use this form., ad IL IiIImall0lai and rmdre wrrTurner changes are appropriate and necessary In your parllcula, c 1990 WOLCOTTS, INC transaction Consult a poster l you doubt the farm's fitness for your purpose and use Nblrobs makes no represern a,ion of warms y. express of Implied, w,m respect to the merchantability or Mness oI MIS land for an intended use or purpose. ADDITIONAL INFORMATION (1) On a public job, file a stop notice with the controller, auditor, or other public disbursing officer whose duty it is to make payments under the prime contract, or with commissioners, managers, trustees, officers, board of supervisors, board of trustees. Civil Code § §3179 -3214. (2) On a private job, file a stop notice with responsible officer or person at office or branch of construction lender administrating funds or with owner. Civil Code § §3156 -3175. (3) A stop notice is good only following the filing of a preliminary notice 20 days after the claimant first furnishes work or materials to the job site. Rules on preliminary notice for public and private work vary, so consult an attorney if you are uncertain that you have complied with the notice requirements. (4) A bond for one and one quarter times the amount of the stop notice claim must accompany a stop notice served on a construction lender on private jobs —a bond is not required on public jobs or on a stop notice served on an owner for private jobs. y y RM , PU6UC DEC 0 4 1991 ► i NEW6U,..._caCN )� CALIF. i RAYMOR ELECTRIC 14930 E. Ramona Blvd. Baldwin Park, CA 91706 AL L-CITY SUPPLY A 2 4,lbu V is96mt STATEMENT October 18, 1991 0 0 iland Coiii joany 7241 STILES o EL PASO, TEXAS 79915 915/779 -1405 QUANTITY DESCRIPTION Balance owed from previous invoice #1940 75 Luminaire with NL3T casting, AER 7015 -3 globe with external refractor, 50/240 HPS & PEC @$167.98 1 Gooseneck Luminaire with NSC2.50D casting, APER 7015 -3 globe with external refractor and 70/240 HPS ballast with photocell @ $375.00 2 Gooseneck NSC2.50U casting only (included in lot 4 NL35 Casting only (included in lot price) BALANCE DUE I TERMS: CASHIERS CHECK FOR RELEASE OF coma r PRODUCrS AMOUNT 21,123.54 12,598.50 375.00 $34,097.04 • Niland Company 13 ceffr M,T ARCHM1.'1' UL menu i December 4, 1991 City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 ATTENTION BEN NOLAN LIDO ISLE PROJECT Enclosed is stop notice on the Lido Isle Street Light Replacement Project C -2727. Fixtures have now been on the job more than 90 days without full payment. It is now obvious that the contract with Raymor Electric has been unable from the very start to financially finish this project. As I previously stated in my earlier letter of November 21, 1991 we still retain 75 fixtures. The project cannot be completed without these fixtures. We will release them once we receive payment. We are enclosing a statement. THOMAS M. NILAND TMN:md Enclosures 7241 STILES 0 EL PASO, TEXAS 79915 0 915/779 -1405 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 VV TO: FINANCE DIRECTOR �(, . / 7 FROM: CITY CLERK DATE: June 17, 1991 SUBJECT: Contract No. C -2727 Description of Contract Lido Isle Street Light Replacement Protect Effective date of Contract Authorized by Minute Action, approved on May 28, 1991 Contract with Raymor Electric Company, Inc. Address 14930 E. Ramona Blvd. Baldwin Park. CA 91706 Amount of Contract $748,800.00 k � 6'e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach . ?R. r :ft1;'Y; -'C,LERK. NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 11:00 on the day of May 1991, at whit time such bids shat be opened and read for Lido Isle Street Light Replacement Title of Project 2727 Contract No. BASE BID $944,000 ALTER119TJ`HIf - A_$all _WO Engineer's timate R v 14EW PORT %�4LIFORN'fAV ppr d by the City Council this 8, day of Apra , 1991 iC l� 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, CR 92659 -1768. For further information, call Don Simpson at 644 -3311 Project Manager 0 April 23, 1991 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 Y LIDO ISLE STREET LIGHT REPLACEMENT CONTRACT NO. 2727 Bidders shall propose to complete Contract No. 2727 in accordance with the Proposal as modified by this Addendum: PR 1.1, 3. replace 9 Each with: 3. 29 Each Replace existing light standard w/13' -711 fiberglass pole & 70 watt HPS post -top luminaire, including pull box. Please sin and date this ADDENDUM, and attach it to your bid Proposal. No bid will be considered unless this ADDENDUM is attached. Donald C. Simpson Project Engineer Raymond C. Morales, President /7 1_ I Date k. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTNEN It LIDO ISLE STREET LIGHT RE] CONTRACT NO. 2727 may 1, 1991 Bidders shall propose to complete Contract No. 2727 in accordance with the Proposal as modified by this Addendum: 1. The conduits between the pedestals and the southerly California Edison Company vault shall be 2'k" diameter rather than the 2" diameter shown on the drawings and the standard plan. Please sian and date .this ADDENDUM, and. attach it to Your .bid Proposal. No bid will be considered unless this ADDENDUM is attached. Donald C. Simpson ` Project Engineer Raymo ectric Company, Inc. BID tj P GNA Raymond C. Morales, President Date 6 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL LIDO ISLE STREET LIGHT REPLACEMENT CONTRACT NO. 2727 To the Honorable City eouncil City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: 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. 2727 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 135 Replace existing street light Each w /10' fiberglass pole & 50 watt HPS post -top luminaire, including pull box @ One Thousand Six Hundred Dollars and 00 /100 Cents $1,600.00 $216,000.00 Per Each 2. 91 Replace existing street light w /12' Each fiberglass pole w /gooseneck & 70 watt HPS luminaire, including pull box @ One Thousand Nine Hundred Dollars and 00 /100 Cents $1,900.00 $172,900.00 Per Each 3. 29 Replace existing light Each standard w/13' -7" fiber- glass pole & 70 watt HPS post -top luminaire,including pull box @ Two Thousand One Hundred Dollars and 00 /100 Cents $2,100.00 $ 60,900.00 Per Each 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 6 Replace existing light Each standard w /Type II 2919" concrete pole & 150 watt HPS luminaire, including foundation and pull box @ Twenty One Hundred Dollars and 00 /100 Cents $2,100.00 $ 12,600.00 Per Each 5. 2 Replace existing light Each standard w /Type II 2919" double mast arm and 2 -150 watt HPS luminaires, including foundation and pull box @ Thirty Six Hundred Dollars and 00 /100 Cents $3,600.00 $ 71200.00 Per Each 6. 2 Replace existing luminaires w /70 Each watt HPS luminaires per STD. -200 -L and reconfigure from series to multiple @ Eleven Hundred Dollars and 00 /100 Cents $1,100.00 $ 2,200.00 Per Each 7. 2 Replace existing double luminaires Each w /70 watt HPS luminaires per STD. -200 -L furnish & install pull box adjacent to pole base, notch pole base & install conduit @ Fourteen Hundred Dollars and _ 00 /100 Cents $1,400.00 $ 2,800.00 Per Each 8. 25 Salvage concrete light standard Each and deliver to Utilities Yard @ One Hundred Dollars and 00 /100 Cents $ 100.00 $ 2,500.00 Per Each 0 9 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 50 Salvage cast iron light standard Each and deliver to Utilities Yard @ One Hundred Dollars and 00 /100 Cents $_100.00 $ 5,000.00 Per Each 10. Lump Sum Salvage luminaires, mast arms, ballasts and, sockets as specified or designated on the drawings & deliver to Utilities Yard 11. 34,000 Linear Ft. 12. 500 Linear Ft 13. 300 Linear Ft. 14. 4 Each @ One Thousand Dollars and 00 /100 Cents $ 1,000.00 Per Lump Sum Furnish & install 1 -1/4" conduit w /2 - 98 insulated conductors & 1 - #8 bare conductor @ Six Dollars and Fifty -Five Cents $ 6.55 $222,700.00 Per Linear Foot Furnish & install 1 -1/4" conduit W/2-#6 insulated conductors & 1 - #8 bare conductor @ Ten Dollars and 00 /100 Cents $ 10.00 $ 5,000.00 Per Linear Foot Furnish & install 1 -1/4" conduit w/4 - #8 insulated conductors & 1 - #8 bare conductor @ Twelve Dollars and 00 /100 Cents $ 12.00 $ 36.00 Per Linear Foot Furnish & install service point per STD -206 -L including installation of conduit & connection to SCE vault @ Thirty -Five Hundred Dollars and 00 /100 Cents $3_500.00 $14,000.00 Per Each PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 16 Furnish & install pull box per Each STD -205 -L @ Three„Hundred Dollars and 00 /100 Cents $ 300.00 4,ft00.00 Per Each 16. 6 Construct street light foundation Each per Detail B @ Cix Hundlrarl Dollars and no /inn Cents $ dnn.nn$ 3.600_n0 Per Each 17. Lump Sum. Furnish 6 fiberglass poles, 15 acorn luminaires, 4 acorn luminaire holders and 2 goosenecks @ Twelve Thousand Dollars and 00 /100 Cents $ 1 2,000 -00 Per Lump Sum TOTAL BASE BID WRITTEN IN WORDS Seven Hundred Forty Eight Thousand Eight Hundred Dollars and 00 /100 Cents $ 748.800.00 0 TOTAL BASE BID 0 PR 1.7 $ 7&? 9100 LESS TOTAL BID ITEMS ABOVE 3, 4, 5, 6, 7, 8, 10, 11, 14 & 15 TOTAL ALTERNATE BID A WRITTEN IN WORDS Sid yF'�i��G�O sEd�wf 0/3 AOo' -0�0 Dollars and n� Sedeg sou nJ ,O /ca -cC. 1e«1e Z-1a%cx' Cents $ j�-71 75o Date tots) 339 °71463 tsiaaer • s 1•ele o umber CONTRACTORS I E #421 797 C10A EXPIRES 430.92 Contractor's License No. and Class cOMPANY N, g. er 14830 E. RAMONA BLVD. BALDWIN PARK, CA 93.706 Bidders' Address 1 • Page 2 INSTRUCTIONS TO BIDDERS The following 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 SUBCONTRACTORS 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 than 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The 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 discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. In accordance with the California Labor Code (Sections 1770 et seq.) , the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The City of Newport Beach reserves the right to award a contract for the Base Bid or Alternate Bid A. yz1 19-7 0/45 C /o Contractor's License No. and Classification 4e Signature vmnnd C. MnralPq. Prasident 1 Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 1, NONE 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Raymor Electr_ict _Lompaay, Tar. Bidder - /�aj PrYl`-4. A thorize Signature /Title R ymond C. Morales, President . 6 0 STATE OF CALIFORNIA, COUNTY OF LOS ANGELES On ` MAY 09, 1991 before me a Notary Public, within and for the said ' County and State, personally appeared DAWN M. MORENTIN , known to me (or proved to me on the basis ofsatifactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AM W EST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. r Y .WA.r VU6LIC UN -A9009 STATE OF CALIFORNIA COUNTY OF IDS ANGELES f RAh'Oi' C. AI2TEAGA Notary Public California LOS ANGELES COUNTY a My Commission Expires April 29, 1994 Iss /lnI On this Atheun0ersgried. day of in the year 19before a Notary Public in and for said Stale, personally appeared and RAYMOND C. MORALES personally known to me i (or proved to me on the basis of sa isfaclory evidence) to be the persons who executed the within instrument as President and Secretary. respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and officials ACxNOWLEOGMENr —Cup.—Ores. 6 Sec.— W.kolls farm 222CA —f1A. Ib 83 -S 1983"Lcorrs. INC. Iv .clus eat Notary Public in and for said State. MAY 07 191 10 =02 TO 910791065 F FROM RAYMOR ELECTRIC• T -291 P.O.& _s«`..;r, • Page a BIDDER'S BOND BOND NO. 002000038 PREMIUM: INCLUDED IN BBSU KNOW ALL MEN BY THESE PRESENTS, That we, RAYMOR ELECTRIC COMPANY, INC. as bidder, and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the Qty of Newport Beach, California, in the sum of SEVENTY FIVE THOUSAND AND NO /100- - - - - -- Dollars ($ 75,000.00-},-- - EXCEED-TEN PERCENT (108) 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 LIDO ISLE STREET LIGHT REPLACEMENT Title of Project Contract No7 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 hereln 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 of MAY , 19 91. (Attach acknowledgement of Attorney - In -FaCt) Notary Public Commisston Expires: 9 Titl 09TH day BOND NUMBER 002000038 RANMOR ELECTRIC OBUGEE CITY OF NEWPORT BEACH POWER NUMBER —77 VOID IF NOT USED B 3 -11 -92 PENAL SUM $75,000_00 This document is printed on multi - colored security paper with black and red ink, with boarder in blue ink and bears the I raised seal of Amwest Surety Insurance Company (the - Company "). Only unaltered originals of this Power of Attorney are valid. This Power of Attorney is valid solely in connection with the execution and delivery of the bond noted above and may i not be used in conjunction with any other power of attorney. No representations or warranties regarding this Power of Anomey may be made by any person. This Power of Attorney is governed by the laws of the State of California. Any power of attorney j used in connection with any bond issued by the Company must be on this form and no other form shall have force or effect. KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California corporation (the "Company "), does hereby make, constitute and appoint: DAVN M. MORENTIN AS AN EMPLOYEE OF AMUEST SURETY INSURANCE COMPANY its true and lawful Attorney-in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings, f,` recognizances or other written obligations in the nature thereof as follows: Bid Bonds up to $* ** *250.000.00 Contract, Court 8 Subdivision Bonds up to S ** #*250.000.00 License 8 Permit Bonds up to $* * ** *25.000.00 t Miscellaneous Bonds up to $t* *fir *25.000.06 Small Business Administration Guaranteed Bonds up't*'$ * ** *250'.000.0 and to bind the Company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect. CERTIFICATE I, the undersigned secretary of Amwest Surety Insurance Company, a California corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors set forth on the reverse, and that the relevant provisions of the By -Laws of the Company, are now in full force and effect. Signed and scaled at WOODLAND HILLS.CA this 09TH day of MAY 19 91 ,L 0000051907 — 77 Karon G. Cohcn, Sccrctan /y_X\% 9 •.STATE OF CALIFORNIA . lr COUNTY OF LOS ANGELES Iss v /�/I]J / C/�j/ • On this .___ /�.__._. day of � , in the year 19,.L, before me. the undersigned, a Notary Public and for said State. personally appeared RAVC`� G % IEAGA and Notary= cb!;c- CC "'C'2la RAYMOND C. MORALES ,personally known to me n_4; LOS N \GEL`S COUNIY Ccmmission Expires (or proved to me on the basis of satisfactory evidence) to be the persons who executed the April 29, 1994 - within instrument as _ L� President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and official a AtIlry �� Public in and for said State. ACKNOWLEOGMENi —Corp —Rres 6 Sec — Woicons form 82ICA —Rev It 83 91983 WOLCOii9. INC (pane cuss 8 II Lt i' t. }}. il)i i 1 }�}}•G{M• +• tM i}t U{�`,t,11 1 x .'ice tFI ir}tYr i Ai: M NV i a 'ili x i Sd JAtt^Si]'If�irl,H r?Ji4ti 1 Yi`i f !n F]i Ei 1L. i r - I4y,�1 �1i t 3�+1 tM hh'K`l' i} itxt tu.]it 4 }•..!.... 4.. .we NbN..N�`Nn1n'.Mw.a N... n..).. w-. wn. nwMM •I- 1•MnN�M�n>N.mrN.Rn)eS.Mnr •w+rya.�� .. •.n...•�� e�•n•• t NNE N.n.•N .M. `.r •. w.�n•NV�N • Page 5 NONCOLLUSION AFFIDAVIT State of California ) County of L08 ANGELES ) ss. RAYMOND C. MORALES being first duly sworn, deposes and says that he or she is the party making the foregoing bid that the bi is not may e iri the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. RAYMOR ELECTRIC COMPANY INGO P6�€�lid►;,: Subscribed and sworn to before me this � day of 19�7j My commission expires: Notary Public 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. SEE ATTACHED LIST Page 6 Raymor Electric Compaq, Inc. �Bidddee- `� ^� — A �--� ` 1 ' w `' Authorized Signature /Title Raymond C. Morales, President . ., _ Contractor License a 421797 ((// 14930 E. RAMONA BLVD., BAb PARK, CALIFOR 91Y06 TEL: (818) 338 7483 �X: (81 ) 960-996 ,/^ � REVISED LIST OF REFERENCE AS 2/25/90 CITY OF GLENDALE TRAFFIC SIGNALS 3 CONTRACT MR. KATHAN BAYATI (818) 956 -3960 $ 200,000.00 CITY OF ALHAMBRA STREET LIGHTING 5 CONTRACT MR. LEROY TAFOYA (818) 570 -5062 $ 22025,000.00 CITY OF DIAMOND BAR TRAFFIC SIGNALS 3 CONTRACT MR. RON KRANZER (714) 594 -9702 $ 150,000.00 CITY OF HUNTINGTON BEACH TRAFFIC SIGNAL & $ 300,000.00 MR. BILL SMITH STREET LIGHT (714) 536 -5526 CITY OF FULLERTON STREET LIGHT $ 180,000.00 MR. TED ALARCON (714) 738 -3115 CITY OF RIALTO STREET LIGHTS & $ 160,000.00 MR. BRUCE CLIFF TRAFFIC LOOPS (714) 820 -2530 CITY OF SAN MARINO STREET LIGHT $ 150,000.00 CARLOS ALVARADO (818) 300 -0716 CITY OF BEVERLY HILLS TRAFFIC SIGNAL $ 110,000.00 MR. NERSES YERJANIAN (213) 285 -2463 CITY OF PASADENA TRAFFIC SIGNAL & 3 CONTRACT MR. JIM CALLENS STREET LIGHTING $ 400,000.00 (818) 405 -4149 CITY OF WALNUT TRAFFIC SIGNALS $ 78,000.00 MR. BOB MORGENSTERN (714) 594 -9702 CITY OF COMPTON TRAFFIC SIGNALS & 2 CONTRACT MR. KEN HANSEN STREET LIGHTS $ 500,000.00 (213) 605 -5677 CITY OF CARSON STREET LIGHTING & 3 CONTRACTS MR. FRED THOMSEN TRAFFIC SIGNALS $ 150,000.00 (213) 830 -7600 CITY OF LA VERNE TRAFFIC SIGNALS & $ 200,000.00 'MR. DOMINIC MILANO LAND MEDIUM (714) 596 -8744 CITY OF COMMERCE TRAFFIC SIGNAL $ 80,000.00 MR. RICHARD GONZALES (213) 722 -4805 CITY OF ROSEMEAD TRAFFIC SIGNALS $ 70,000.00 MR. AL RODRIGUEZ (818) 288 -6681 • Page 7 N O T I C E The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: 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. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall.be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size.Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications 'for Public Works Construction, except as modified by the Special Provisions. The following Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of. Insurance for workers' compensation prior to City's execution of the Contract: WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of.the Labor Code which require every employer to be insured against liability.for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date a7 zy Contract Number Lidn TtIP Straat light RaRlarpmant f 7797 T1tle of Project Page 8 BOND NO. 002000217 PREMIUM: INCLUDED IN PERFORMANCE PAYMENT BOND BOND BOND PREMIUM BASED ON KNOW ALL MEN BY THESE PRESENTS, That FINAL CONTRACT PRICE WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to May 28, 1991 Raymor Electric Company, Inc. hereinafter designated as the "Principal ", a contract for Lido Isle Street Li Replacement Project C -2727 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 +he 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 RAYMOR ELECTRIC COMPANY, INC. as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Forty Eight Thousand Eight Hundred & 00/lnn Dollars ($74p, pA10 nn J, 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 STATE OF CALIFORNIA, COUNTY 41 LOS ANGELES • ss. JUNE 11, 1991 On ,before me a Notary Public, within and for the said County and State, personally appeared DAWN M. MORENTIN , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. NOTARY PUBLIC t�\\,\\ p/= UN A9008 (REV. 990)R STATE OF CALIFORNIA SS. COUNTY OF LOS ANGELES On this /Z day of .J DNe , in the year 19 qI, before me, the undersigned, a Notary Public in and for said State, personally appeared and c= F.CIALSEAL RAYMOND C. MORALES personally known to me RAMON C. ARTEAGA (or proved to me on the basis of sa ctory evidence) to be the persons who executed the Notary Pubilc- Collfomla within instrument as President and Secretary, ' 'ID LOS ANGELES COUNTY Y NtY Commission Expires respectively, of the Corporation therein named, and acknowledged to me that the Corporation April 29, 1994 executed it pursuant to its bylaws or a resolution of its board of directors. WITNESS my hand and official seal ACKNOWLEDGMENT —Carp, —Fes. d Gec — Wmcons Poem Y27CA —Rev, n BJ @1987 WOLCOTTS. INC IWIce Class 821 Notary Public in and for said State. -7 • • 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 11TH day of JUNE 19 91 . Raymor Electric Company, Inc. (Seal) Name ofAontractor Principal Aulthorize'd Signature ana litle Raymond C. Morales, President Authorized Signature and Title AMWEST SURETY M •e and Title . MORENTIN (Seal) CA. 911+;1 :9iM O'04X ; .' —IN —FACT (818) 795 -7713 Telephone No. of AgWA SURETY i • • '�BOND NO. 0020017 Page 10 PREMIUM: $15,976.00 FAITHFUL PERFORMANCE BOND BOND PREMIUM BASED ON FINAL CONMCT PRICE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 28 1991 has awarded to Raymor Electric Company, Inc hereinafter designated as the "Principal", a contract for Lido Isle Street Li Replacement Project C -2727 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, RAYMOR ELECTRIC COMPANY, INC. as Principal, and AMWEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Seven Hundred Forty Eight Thousand Eight Hundred & 00 /100 Dollars ($74s goo.On ). 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 STATE OF CALIFORNIA l }ss. COUNTY OF LOS ANGELES ))) On this �2 day of �V N in the year 19g/ before me, the undersigned, a Notary Public in and for said State, personally appeared I OfFIC IAL SEAL and RAMON C. ARTEAGA Notary Public- Ctllfomlc RAYMOND C. MORALES ,personally known to me ' LOS ANGELES COUNTY e nay Comrni, Er *m (or proved to me on the basis of sari ctory evidence) to be the persons who executed the April 29, 114 within instrument as President and Secretary, respectively, of the Corporation therein named, and acknowledged to me that the Corporation executed it pursuant to its bylaws or a resolution of Its board of directors. WITNESS my hand and official seal. k*) I I ACRN 'DCGMENr— Corp. —aes. b Sec — Wolcolle form 222CA -9". ❑ 88 (/ - I' ©19e7 wolcor'S. INC (pr ,ce nzsa 2) Notary Public in and for said State. '1' STATE OF CALIFORNIA, COUNTY OF LOS ANGELES ss. JUNE 11, 1991 On ,before me a Notary Public, within and for the said County and State, personally appeared DAWN M. MORENTIN , known to me (or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. ni , y , NOTARY PUBLIC UN.A9008 (REV. 2(90) n 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 11TH day of JUNE , 19 91 , Inc. (Seal) ncipal) Nrdwi Hutnorizea signature ana iitie Raymond Morales, President Authorized Signature and Title AMWEST SURETY INSURANCE COMAPNY (Seal) Name of Surety 80 S. LAKE #640 PASADENA, CA. 91101 (818) 795 -7713 Telephone No. of BOND NUMBER POWER NUMBER NOT VALID FOR BONDS 002000217 —74 EXECUTED ON OR AFTER 5 -22 -92 PENAL SUM RAYMOR ELECTRIC COMPANY, INC. $748,800.00 OBLIGEE CITY OF NEWPORT BEACH This document is printed on multi - colored security paper with black and red ink, with hoarder in blue ink and bears the raised seal of Amwest surety Insurance Company (the -Company "). Only unaltered originals of this Power of Attorney are valid. This Power of Attorney is valid solely in connection with the execution and delivery of the bond noted above and may not be used in conjunction with any other power of auorney No representations or warranties regarding this Power of Attorney may be made by any person. This Power of Attorney is governed by the laws of the State of California. Any power of at onic% used in connection with any bond issued by the Company must be on this form and no other form shall have force or effect. KNOW ALL MEN BY THESE PRESENTS, that Amwest Surety Insurance Company, a California corporation (the "Company'), does hereby make, constitute and appoint: DAWN M. MORENTIN AS AN EMPLOYEE OF AMWEST SURETY INSURANCE COMPANY its true and lawful Attomey -in -Fact, with limited power and authority for and on behalf of the Company as surety, to execute, deliver and affix the seal of the Company thereto if a seal is required on bonds, undertakings, recognizances or other written obligations in the nature thereof as follows: Bid Bonds up to S* *1.000.000.00 Contract, Court 8 Subdivision Bonds up to $**1.000.000.00 License 8 Permit Bonds up to $r$1.000.000.00 Miscellaneous Bonds up to $* *1.000.000.00 Small Business Administration Guaranteed Bonds up to $* #1.250.000.00 and to bind the Company thereby. This appointment is made under and by authority of the By -Laws of the Company, which are now in full force and effect CERTIFICATE 1, the undersigned secretary of Amwest Surety Insurance Company, a California corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked and furthermore, that the resolutions of the Board of Directors set forth on the reverse, and that the relevant provisions of the By -Laws of the Company, are now in [till force and effect. Signed and sealed at PASADENA, CA. LI1i< 1 1THtjt�. of JUNE ly 91 0000073516 — 74 Kill, 11 G- ( Awn. sccrcul.% _9 RCV 131':XEROX TELECOPIER 7010 : W -91 2:03PM : 818338 -*4 35579:6 3 JUN 03 '91 14:09 TO 35579 FROM RAYMOR ELECTRIC T -574 P.03 e 1 CERTIFICATE OF INSURANCE PRODUCER COMPANIES AFFORDING COVERAGE CUMBRE, INC. COMPANY A 2345 WEST FOOTHILL BLVD., SUITE 3 LETTER GOLDEN EAGLE INSURANCE COMPANY' UPLAND, CALIFORNIA 91786 ._ COMPANY B INSURED LETTER GOLDEN EAGLE INSURANCE CO. RAYMOR ELECTRIC COMPANY l­­­...__. --- - --- 14930 EAST RAMONA BOULEVARD COMPANY C BALDWIN PARR, CALIFORNIA 91706 LETTER COVERAGES — .. ... . ............ .... . —.. --- - -...— THIS IS TO CERTIFY THAT POLICIES OF INSURANCE USTEO BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWRHSTANDING ANY REQUIREMENT. TERM OR CONORTON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WKCH YKS CERTIFICATE MAY BE ISSUED OR MAY PERTTAIN THE INSUFKNCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND C.ONDT(ION$ OF SUCH POLICIES AND !S NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE TYPE OF INSURANCE �('EFFECTNE EXPIRATION ALL LIMITS W THOUSANDS IT `POLICY NUMBER I neTF MTF GENERAL LIABILITY ' GENERAL AGGREGATE $ 2,000 L- (OCCURANCE BASHS ONLVH I { C7L7 COMMERCIAL CCP141103 x/25/91 3/25/9 pgODUCTS /COMPLETED $ 1'000 COMPREHENSIVE 'I' OPERATIONS AGGREGATE {�❑ PROTECT& CONTRACTORS I PERSONAL INJURY S 1,000 ❑ CONTRACTUAL FOR SPECIFIC { , CO ❑I--� PRODUCTS ICOMPL OPEA. U XCU HAZARDS I I EACH OCCURANCE $ 1 000 ❑ - _- BROAD FORM PgOP. DAMAGE © SEVERABIUTY OF INTEREST I+ FIRE DAMAGE � s 50 ❑ CLAUSE - I it PERSONAL INJURY WITH EMPLOYEE EXCLUSION - MEDICAL EXPENSES- S 5 REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY • - -••� - -- - -- I` SCtNGIE IEIMR $ 1.000 11 COMPREHENSIVE I I BODILY IWURY —� s A o"ED CCP141103 113/25/91 3/25/92 (BODILrINUugr MIRED I (PER ACCIDENT), S ©NON•OWNED I PROPERTY DAMAGE S EXCESS LIASIUTY I EACH AGGREGATE UMBRELLA FORM OQCURAEHCE OTHER THAN UMBREUA FORM I S $ l STATUTORY H (Submit: Certificate) B WORKERS' COMPENSATION I PWC 109436, 8/15/ 0 8/ 5 S T EACH ACCIDENT AND POO _-.- -_ • $ 1 0 0 0 0 0 DISEASE • POLICY LIMIT EMPLOYERS' UABIUTY -• - -- -- I I $ 1, 000 , 0 O O DISEASE • EACH EMPLOYEE LONGSHOREMENS NION � WORKERS' COMPENSATION STATUTORY __....._ I....._ -_ DESCRIPTION HTEMS: ALL ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON OEIALF OF THE NAMED INSLRQC IN CONNECTION WITH THE FOLLOWING CONTRACT: .._Lido isle Street Light ReDlacement C- 2727._ H- Ra; =CT TrTLE AND CONTRACT NUMBER CERTIFICATE HOLDER CANCELLATION i -,,,j .v AH:Y OF THE AOOVT DESCRISED POLICIES BE NON - RENEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED S THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVE PROVIDE 30 DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CNY S Y RED MARL ' ATT.ENT*N.. — -� w�c�winr�nr sc wr.,, nw ..+.rrn en.a — .. .- JUN u_+ "Ji 14:11 TU 35579 FRCJ PAT'MOR ELECTRIC T -574 P.04 Page 13 _; Tv or Nr NPOct REACH . tL in>y. UBiiE LIABILITY 1NS;,1tAQU EN DASLMEhT It is agreed that: 1. '"ith respect to such insurance as is afforded by the policy for Automobile Liability, Lhe City Of tie «pert Seatr, its officers and erCloyees are additional insureds but only with reSCect to liability for damages arising Cet Of the ownership, maintenance or use of aJtomobiles (or autei) used by or Or behalf of 'the named insured in connection with tee Co ^.tract des;gnated 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 said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy, ., 2. The policy induces the fo:lo.ing provision,: `Tne insurance afforded Dy 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 liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of tr,iS endorsement shall Se the limits indicated below for either Multiple Limits or Single Limit: ( ! Sult;p]e limits Bodily injury Liability S per person Bodily injury Liability S _,Per accident Property Damage Liability S (30 Conbined Single tindt Bodily Injury Liability and Property Damage Liability S 1:000,000----__ -- The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in extess of the limits of liability stated in the policy as applicaole to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration ' date thereof, the Issuing Company shall provide 30 days- advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Lido �lisIePe�)7EaclefD�rL .PSr EC _G.2z27 (Project Tit le an on ram o. This endorsement is effective 3125/91 12:01 A.M. and forms a part of 2 =ANY Policy No. XP. 141103 -.--•. of _____S EN1ACN�ompany A or aing ooV rage) insured RAYMOR ELECTRIC COMPANY Endorsement No. o. Producer lypm T'`G = Authori kep�es entaLiye .' ,JUN 03 '91 14:12 TO 3557` FROM RRYMOR ELECTRI# y T -574 P.05 ^ Page 14 f,I iY ;4' NE NS'L'gi Rtf$'d GENERAL UABILlTf INSUPANCE. EN)ORSEMENI !t is agreed that: 1. with respect to su:n inquran[v as is a(;o,ced by 0v policy for General Liability, the City of Newport Beach• its officers and tmployvo� ara additional insureds, but only with resport to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated nelow or acts and omissions of the additional insureds in connection with its genera) supervision of such operations. The insurance afforded said additional insured(s) shall' apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 'The insurance afforded by the policy applies separately to each insured against whom Clain is made or suit is brought, except with respect to the limits of liability of the company affording coverage, 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract desigrated below, between the named insured and the City Of Newport Beach. 4. With respect to such insurance as is efforted by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as 'ICU' hazards) are deleted, S. The limits of liability under this endorsement for the additional Insured($) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( )1 Commercial l -1 Comprehensive General Liability E 1,000,000 each occurrence 1 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coveraga for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability insurance. 5. should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7, Designated Contract: I1 _o E $ t^eQt_Ii-ah-t _ CAro ec—t t e T nnl>oCntrar oD _jo_r-C,2427- This endorsement is effective 31.251_91 . at 12:01 A.M. and forms a part of Policy No. CCP141103 of GOLDEN EAGLE INSURANCE COMPANY Insured RAYMOR- ELECTRIC COMPANY Producer FRB.- TN(7--- --- - -- --' --- Endorsement z d e i 0 a Page 15 CONTRACT THIS AGREEMENT, entered into this 7Rth day of _Ty 19 gi ., by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and Raymor Electric C , hereinafter "Contractor, "is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: Lido Isle Street Light Replacement Project C -2727 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: Lido Isle Street Light Replacement Project C- 2727 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 Seven Hundred Forty Eioht Thousand Eioht Hundred _& 001100 _ ($748.800.00 )• This compensation includes (1) any loss or.damage arising from the nature.of the work; (2) any loss or damage arising from any unforeseen difficulties or 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 Lido Isle Street Light Replacement Projf Title of Project (g) This Contract. if Page 16 Contract No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its offfters, employees and representatives from all claims, loss or damage, except such loss or damage proximately 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. CITY OF NEWPORT BEACH By<_. Mayor ATTEST: Raymond Morales, President Authorized Signature and Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS LIDO ISLE STREET LIGHT REPLACEMENT CONTRACT NO. 2727 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . .1 III. CLASSIFICATION OF CONTRACTOR'S LICENSES 1 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . . .2 V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . 2 VI. CONVERSION OF SERIES CIRCUITS . . . . . . . . . . . . 2 VII. REPLACEMENT OF SERIES CIRCUITS . . . . . . . . . . . 2 VIII. SERVICE POINTS . . . . . . . . . . . . . . . . . . . 3 A. PEDESTAL ENCLOSURE . . . . . . . . . . . . . . . 3 IX. FIBERGLASS STREET LIGHT STANDARDS . . . . . . . . . . 4 X. LUMINAIRES . . . . . . . . . . . . . . . . . . . . . 4 A. POST -TOP AND PENDANT ACORN GLOBES . . . . . . . . 5 B. GOOSENECKS . . . . . . . . . . . . . . . . . . . 5 C. PHOTO ELECTRIC CELLS . . . . . . . . . . . . . . 5 XI. FUSEHOLDERS . . . . . . . . . . . . . . . . . . . . . 5 XII. CONDUIT AND CONDUCTORS . . . . . . . . . . . . . . . 6 A. CONDUCTORS . . . . . . . . . . . . . . . . . . . .6 XIII. PROTECTION & REPLACEMENT OF IMPROVEMENTS . . . . . . 6 XIV. SALVAGE . . . . . . . . . . . . . . . . . . . . . . . 6 XV. FURNISH EXTRA MATERIALS . . . . . . . . . . . . . . . 7 XVI. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . 7 XVII. ALTERNATE BID A . . . . . . . . . . . . . . . . . . . .9 • SP 1 of 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS ~ FOR LIDO ISLE STREET LIGHT REPLACEMENT CONTRACT NO. 2727 I. SCOPE OF WORK The work to be done under this contract consists of replacing existing series street lighting systems with multiple systems, installing new street light standards, installing metered service points and replacing series luminaires on existing standards with multiple luminaires. The Contract requires completion of all work in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. E- 5038 -5, (3) the City's Standard Construction (1988 Edition) and (4) the Standard Specifications for Public Works Construction (1988 Edition) , including supplements. 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 Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034. II. TIME OF COMPLETION The Contractor shall complete all field work on this contract within one hundred twenty (120) consecutive calendar days after the award of the contract. No work shall begin until a schedule of work has been approved by the Engineer. III. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of bid and until completion of work, the Contractor shall possess a General Engineering Contractor A license or Specialty Electrical (General) Contractor C- 10 license. At the start of work and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. SP 2 of 9 IV. WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. V. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. VI. CONVERSION OF SERIES CIRCUITS Portions of existing series circuits as shown on the drawings are to be converted to 240 volt multiple systems and connected to the new multiple systems. The existing series luminaires are to be replaced with 240 volt multiple luminaires. The existing series circuits shall be reconfigured to 240 volt multiple in the base of the poles and pull boxes. Double fuseholders shall be installed in the base of each pole. The conversion shall be accomplished so that the number of lights out of service at any one time will be minimized. In no event shall any portion of the system be out of service for more than five consecutive days. VII. REPLACEMENT OF SERIES CIRCUITS Existing series circuits as shown on the drawings are to be replaced with 240 volt multiple systems. The existing street light standards are to be replaced with fiberglass poles or concrete poles and bolted to the existing foundations or in a few cases, to new foundations as shown on the drawings. New arms and luminaires with 50, 70, or 150 watt HPS lamps are to be installed on the new poles. A new pull box is to be constructed within 5 feet of the base of the pole and a double fuseholder installed in the base of each pole. In certain locations shown on the drawings, double fuse holders and conduit stubs are to be installed for future connections. The replacement of the existing systems shall be accomplished in phases so that the number of lights out of service at any one time will be minimized. In no event shall any portion of the system be out of service for more than ten consecutive days. The Contractor shall submit a construction plan showing the phases of the replacements, and the estimated length of outages. The plan shall be approved by the Engineer prior to the Contractor starting work. SP 3 of 9 VIII. SERVICE POINTS New 240 -volt metered service points shall be installed at the locations shown on the drawings. Equipment and installation shall conform to STD -206 -L except that the pedestal enclosure shall conform to the requirements of these Special Provisions. The service point shall be complete and operable prior to starting the replacement of the existing system. When all work is completed, except for the connection of the conductors to the Southern California Edison Company vault, the Contractor shall make arrangements with Jim Palma of Southern California Edison Company at (714) 895- 0246 to make the connection. The Contractor shall have a representative present when the connection is made. A. PEDESTAL ENCLOSURE Pedestals for service points shall be 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. #MEUGX- MlOOC /SS or approved equal. The enclosure shall fabricated from 0.073 -inch minimum thickness stainless steel. All overlapping exterior seams shall meet the requirements for Type 4 enclosures in the NEMA Enclosure Standards. Stainless steel fabrication shall conform to the following: 1. Annealed or quarter hard stainless steel sheet shall be used and shall comply with the requirements of ASTM Designation: A 666 for Type 304, Grades A or B, stainless steel sheet. 2. Welding on stainless steel enclosures shall be by the gas tungsten arch (Tig) process using bare stainless steel welding electrodes. Electrodes shall conform to the requirements of the American Welding Society (AWS) A5.9 for ER308 chromium - nickel bare arc welding electrodes. 3. Procedures, welders and welding operators for welding on stainless steel shall conform to the requirements and practices recommended in AWS C5.5. SP 4 of 9 4. The exposed, exterior surfaces of stainless steel cabinets shall be ground or brushed to a 25 to 50- microinch finish using iron -free abrasives or stainless steel brushes. 5. The stainless steel enclosure, after grinding or brushing, shall not show any rust discoloration when subjected to the following: a. Forty -eight hours of exposure in a salt spray cabinet in accordance with ASTM Designation: B 117; and b. Twenty -four hours of exposure in a tap water spray cabinet with the water temperature between 3$0 C and 450. Any cabinet which shows any rust discoloration anywhere on its surface after the test will be rejected. 6. Stainless steel cabinets that have been rejected because of surface discoloration may be cleaned, passivated and resubmitted for testing. 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. The enclosure shall be furnished with a detachable sub -base with 1/2 -inch diameter bolts. Mounting bolts shall not be visible outside the enclosure after installation on the sub -base. IX. FIBERGLASS STREET LIGHT STANDARDS Fiberglass street light standards shall be the height shown on the drawings, with fluted tapered shafts, access panel in the base, a 3" lantern tenon and shall be Mainstreet Buckingham series or approved equal. The fiberglass core color shall be matte gray and a finish coat of polyurethane paint shall be applied to the exterior surface. The finish color coat shall be Sherwin Williams silver metallic F- 11A5469 or approved equal. X. LUMINAIRES Luminaires shall be of the type shown on the drawings. Post -top and pendant luminaires shall be furnished with 240 -volt HPS lamps of the wattage shown on the drawings. All luminaires shall be furnished with porcelain mogul bases, spring loaded contact in a nickel plated screw shell and internal CWA -HPF 240 volt ballast. The ballast shall be conveniently located for easy removal and field SP 5 of 9 wiring and shall have a terminal block for the conductors and ground. The luminaire shall be furnished with a heavy duty cast aluminum acorn globe holder coated with a temperature controlled acrylic enamel 4 mils thick over an etching primer. The finish color of the holder shall match the fiberglass pole. The holder shall be furnished with 4 -1/4 x 20 stainless steel fastener bolts to lock the acorn globe to the holder. A photo electric cell shall be installed in the holder. The holder shall be designed to fit over a 3" tenon. A. POST -TOP AND PENDANT ACORN GLOBES Post -top and pendant acorn globes shall be U.V. stabilized polycarbinate with prismatic refracted globes for type II distribution. 1. POST -TOP GLOBES Post -top globes shall be Trimblehouse Trim -Tec Style #TX120 or King Luminaire Style K199. 2. Pendant mounted globes shall be Trimblehouse Trim -Tec Nostalgia series, Style #RR3 BPPE or approved equal. B. GOOSENECKS Goosenecks shall be installed on the street light standards at the locations shown on the drawings. Goosenecks shall be 2- 1/2 -inch aluminum pipe with an adapter designed to fit over a 3 -inch pole tenon. The gooseneck shall be secured to the tenon with 4 -1/4 x 20 stainless steel fastener bolts. The gooseneck shall be designed to accept the luminaire holder specified herein. The gooseneck shall be painted the color and in the same manner as the luminaire holder. C. PHOTO ELECTRIC CELLS The pendant and post -top luminiaires shall be equipped with a photo electric cell installed in the luminaire holder. The photo electric cells shall be Area Lighting Research Cat. #AA1068 208 - 277V, or approved equal. XI. FUSEHOLDERS Double fuseholders shall be installed in the base of all new street light standards, in the bases of existing standards that are to remain and in the pull boxes where conduit stubs are to be provided for future connections. SP 6 of 9 The fuseholders shall be furnished with fuses appropriate for the connected lamp wattage. The fuseholders shall be Tron #HEX -AA or approved equal. XII. CONDUIT AND CONDUCTORS Conduit shall be installed in the locations shown on the drawings either by open trench or boring methods. All underground conduit shall be 1 -1/4 inch diameter schedule 40 PVC or polyethylene. Polyethylene conduit shall be UV protected, Type III, Category 5, Class C, Grade P34, meeting the latest requirements of ASTM D1248. Care shall be taken to avoid damage to the conduit during installation. A. Insulated conductors shall be stranded copper conforming to the AWG wire size shown on the drawings. The insulation of each conductor shall be a different solid color. The bare ground wire shall be solid copper, No. 8 AWG. XIII. PROTECTION & REPLACEMENT OF IMPROVEMENTS The Contractor shall protect all existing improvements, including landscaping. If any existing improvements are damaged, or it is necessary to remove them to allow for the installation of the new facilities, they shall be replaced in kind. Existing landscaping may be trimmed or pruned to allow access to existing pole foundations. Trimming or pruning shall be done carefully so as to minimize damage to the remainder of the plant, shrub or tree. When sidewalk is removed it shall be sawcut and replaced to score lines or joints. The finish and color of the replaced sidewalk shall match the existing. XIV. SALVAGE Concrete poles designated on the drawings and 50 cast iron poles shall be salvaged. The cast iron poles to be salvaged will be marked in advance of removal by the Engineer. In addition the following material shall be salvaged: 1. All porcelain lamp bases and sockets. 2. Luminaires, arms and ballasts designated on the drawings. 3. All Raylite glass globes, approximately 33 in number. 4. All pendant lens /refractors on existing goosenecks, approximately 50 in number. SP 7 of 9 The Contractor shall deliver all salvaged material 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. XV. FURNISH EXTRA MATERIALS The Contractor shall furnish and deliver to the City's Utilities Yard the following additional materials: 1. 6 fiberglass poles consisting of 2 each of the 10'- 1", 12' -1" and 13' -7" heights shown on the drawings. 2. 5 post -top 50 watt luminaires complete with socket and ballast. 3. 5 post -top 70 watt luminaires complete with socket The materials listed above shall conform to the drawings and these Special Provisions. . XVI. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. The bid items shown on the proposal include the following: 1. REPLACEMENT OF EXISTING CAST IRON OR CONCRETE STREET LIGHT POLES WITH FIBERGLASS POLES Includes removal of existing ,pole, furnishing and installation of new pole, installation of new anchor bolts and conduit in existing foundations, luminaire, gooseneck if specified, pull box at base of pole, conduit and conductors between pull box and pole base and fuseholder in pole base. 2. REPLACEMENT OF EXISTING CONCRETE LIGHT STANDARD WITH TYPE II POLE, DOUBLE MAST ARM AND 2 -150 WATT LUMINAIRES Includes removal of existing pole, furnishing and installation of the pole, construction of new foundation, double mast arm, two luminaires, pull box at base of pole, conduit and conductors between pull box and pole base and fuseholder in pole base. and ballast. 4. 5 pendant type 70 watt luminaires complete with socket and ballast. 5. aluminum pipe goosenecks. 6. 2 capitols for the post -top luminaires. 7. 2 capitols for the pendant mounted luminaires. The materials listed above shall conform to the drawings and these Special Provisions. . XVI. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. The bid items shown on the proposal include the following: 1. REPLACEMENT OF EXISTING CAST IRON OR CONCRETE STREET LIGHT POLES WITH FIBERGLASS POLES Includes removal of existing ,pole, furnishing and installation of new pole, installation of new anchor bolts and conduit in existing foundations, luminaire, gooseneck if specified, pull box at base of pole, conduit and conductors between pull box and pole base and fuseholder in pole base. 2. REPLACEMENT OF EXISTING CONCRETE LIGHT STANDARD WITH TYPE II POLE, DOUBLE MAST ARM AND 2 -150 WATT LUMINAIRES Includes removal of existing pole, furnishing and installation of the pole, construction of new foundation, double mast arm, two luminaires, pull box at base of pole, conduit and conductors between pull box and pole base and fuseholder in pole base. SP S of 9 3. REPLACE EXISTING LUMINAIRES WITH HPS LUMINAIRES Includes removal of existing luminaires, furnishing and installation of the new luminaire, installation of a fuseholder in the pole base and reconfiguring the existing series cables into a 240 -volt circuit. 4. FURNISH AND INSTALL 1 -1/4 INCH CONDUIT Includes trenching, boring, furnishing and installing conduit and the specified conductors and replacement of existing pavement, sidewalk and other improvements. The quantity of conduit to be paid for shall be measured horizontally between the center of pull boxes and service points. Payment for conduit between pull boxes and pole bases shall not be included in this item of work. FURNISH AND INSTALL SERVICE POINT Includes furnishing and installing the enclosure complete with circuit breakers, concrete base and the conduit and conductors between the service point and the Southern California Edison Company vault. 6. FURNISH AND INSTALL PULL BOX Includes furnishing and installation of the pull box and ground rod and the replacement of existing pavement, sidewalk and other improvements. This item of work does not include the new pull boxes to be installed adjacent to the base of new poles. CONSTRUCT STREET LIGHT FOUNDATION Includes construction of the specified foundation including anchor bolts and the replacement of existing pavement, sidewalk and other improvements. SALVAGE Includes the removal of the specified items and loading, delivery and unloading at the designated location. FURNISH EXTRA MATERIALS Includes furnishing the extra materials specified and delivery to the City's Utility Yard. SP 9 of 9 Payment for all other miscellaneous items of work including labor, equipment, materials and all other things necessary to complete the work shall be considered as included in the various bid items in the Proposal, and no additional allowance will be made therefor. XVII. ALTERNATE BID A The City reserves the right to award a contract for the Base Bid or Alternate Bid A. Alternate Bid A reflects the deletion of all items of work in connection with circuits H and I as shown on Sheet 2 of the drawings. • TO: FROM: • City Council Public Works SUBJECT: LIDO ISLE STREET LIGHT REPLACEMENT (C -2727) May 28, 1991 COUNCIL AGENDA NO. F -3(b) Award Contract No. 2727 to Raymor Electric Company Inc. for $748,800 and authorize the Mayor and City Clerk to execute the Contract. Bids for May 9, 1991. The follows: BID SUMMARY this contract were opened at 11:00 A.M. on summary of the nine bids received were as • Raymor Electrical Mass Electrical Sychronistic Paul Gardner DBX, Inc. Steiny & Company Flow Mole Corporation Pacific Traffic Moore Electrical ENGINEERS ESTIMATE: BASE BID $ 748,800.00 $ 768,940.00 $ 772,721.00 $ 814,905.00 $ 864,799.00 $ 996,000.00 $1,281,846.19* $1,175,329.00 $1,267,480.00 $ 945,000.00 ALTERNATE BID $ 671,750.00 $ 668,333.00 $ 658,021.00* $ 683,890.00 $ 747,714.00* $ 862,056.25 $1,119,625.28* $ 994,736.00 $1,112,100.00 $ 812,000.00 The low base bid of Raymor Electric Company is 20.8% lower than the Engineer's Estimate. Alternate Bid A includes the street light replacement in the commercial area between Newport Boulevard and the Lido Isle Bridge. Sufficient funds are available in the current budget to fund the project. Construction should begin about June 15, 1991. The • Contract allows for 120 calendar days from the date of award, so the project should be completed about October 1, 1991. Benjamin B. Nolan Public Works Director GPD:so • • E TO: City Council APR 81991 FROM: Utilities Department SUBJECT: LIDO ISLE STREET LIGHT REPLACEMENT (C -2727) RECOMMENDATIONS: April 8, 1991 COUNCIL AGENDA NO. F -14 1. Approve plans and specifications for Contract No. 2727. 2. Authorize City Clerk to advertise for bids to be opened May 9, 1991. DISCUSSION: The project will replace the existing series street lighting systems on Lido Isle, Via Lido between Newport Boulevard and Lido Isle bridge, Via Oporto between Via Lido and 32nd Street and on the northerly side of 32nd Street between Via Oporto and Newport Boulevard. In addition, new luminaires will be installed on the northerly end of Central Avenue. A total of 263 street light standards, 271 luminaires and 34,000 lineal feet of underground conduit will be replaced. The lighting systems to be replaced were constructed in 1929 and so have been in continuous service for 62 years. The systems consisted of an underground high voltage series cable, decorative cast iron standards and incandescent luminaries. The underground cable is badly deteriorated causing frequent outages. The cast iron standards are in poor condition and because replacements are not available, miscellaneous other standards have been installed over the years. The incandescent luminaires are inefficient light sources. The proposed system will consist of decorative fiberglass standards with high pressure sodium luminaries. The luminaries will be mounted on a shepherds crook along Via Lido Soud and Via Lido Nord. The remaining luminaires will be a post -top mounting. The new 32nd Street lights will be concrete standards which will match the existing street light type. The Lido Isle Community has approved the type of standard and laminaire. The Engineer's estimated cost is $935,000. The current budget includes $1 million for the project. In addition, the • Southern California Edison Company will rebate $30,000 to the City because the new lighting system will reduce energy requirements. The bid for the project has been structured so that if the bids exceed the funds available, the systems off of Lido Isle can be dele d. These deletions would reduce the estimated cost by $12 ,900. _ r Robert Dixon Utilities Director DCS:so (�Y) Adwisad to Publah Mwlniwnvda d d kinds indud q Wb0a nodm by Dome Of the &wior Cast of lowlip COIM Csitomkii, tti,allbar'*W4, So nlbn 24 1901, and XMI June 11. 1983 STATE OF CALIFORNIA County of Orange 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 deck of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, primed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was primed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine, the South Coast communities and Laguna Beach issues of said newspaper to wit the issue(s) of: April 11, 15, 1991 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on April 15 1991 at Costa Mesa, California. signature 0 PUBLIC NOTICE NOTICE INVITING BIDS Sealed bids may be re• calved at the office of the opened said read fo{€ Title of Prolect:,Lldo Isle April, 1991. WANDA E. RAGGIO, CITY. CLERK I P set of bid no cost at For further infoimation, all Don Simpson at (714) 44-3311. Publlshetl Orange Coast ' -Pilot April 11,. is. PROOF OF PUBUCATiON