Loading...
HomeMy WebLinkAboutC-3109 - Balboa Island Street Light Replacement11 4 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 19, 1998 AAA Electric Services 5566 E. La Palma Avenue Anaheim, CA 92807 2 (7105 2eJer�r l� iC; , 18533 C Subject: Contract No. 3109 - Balboa Island Street Light Replacement Phase II On August 11, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the performance bond 365 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on August 20,1997 -Reference No. 19970403151. The Surety for the contract is NAC Reinsurance Corporation, and the bond number is 25178. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Horst Hlawaty, Project Manager encl. 3300 Newport Boulevard, Newport Beach i. 'o LO ob 0 R > O pip 00 R: x U`o U U z i M u Fi ✓ > < LLJ Ll i 'o LO ob 0 R > O pip 00 R: x U`o U U z i M LLJ Ll i C6 25178 um: $6.733.33 FAITHFLL PERFOR IANGE BOND' "EXECUTED IN TRIPLICATE" KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beaclt, State of California, by motion adopted October 29_ 1996 has awarded to AAA :Electrical Services i hereinafter designated as the "Prjncipar, a contract for BALBOA ISLAND STREET LIGHT REPLACEMENT PROiECT - PHASE II CONTRACT NO. C- 3104_ in . the City of Newport Beach, in strict conformity wiph 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 tb execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, AAA Electrical 'Services ' as Principal NAC REINSURANCE CORPORATION as Surety, are held and firmly found unto the City of Newport Beach, it the sum of n - HUNDRED EIGHTY -SIX THOUSAND SIX - HUNDRED ..TYTY -CTY ANn sn /100 * * * * * * * * * * * * * ** Dollars said sum being equal to 100% of the estimated amount of th contract, to be paid to 'said City or its certain attorney, its successors; and assigns; f6r which payment well and truly made, we bind ourselves, our ;heirs, executofs 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, executorsi administratorj, successors or assigns, shall in all things stand to and abide by, and ;well and truly: keep and perform the covenants; conditions and agreements in said contract and aq 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 fit all respects jaccording to their true intent and meaning, and shall indemnify axCd save harmles tlTe City of Newport Beach, its officers and agents, as therein stipulated, then. this pbligation 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 teams 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 of any such change, extension of time, ;alterations or additions 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 beep duly executed by the Principal and Surety above named, on the 29TH day of (�ctober,1996. AAA Electrical Services (Seal) Name of Contractor (Prinppal) Authogzed Signature and Title Author#zed Signature and Title NAC MINSDRANCE CORPORATION -J (Seal) Name of Sure 984UAIRART BLVD #1414 LOS ANGELES, CA 90045 Address of Surety and Title of DONOVAN. VD 11414,'LOS ANGELES, CA 90045 Addres* of Agent ;(310)649 -0990 Telephone Number of Agent CALIFORNIA f State of California County of ;Los Angeles :KNOWLEDGMENT On 10/29/96 before me, B Caindec Date Name and Title of Offs:er (e.g.,'Jane Doe, Notary Public') personally appeared D. Donovan Goetz apersonally known to me – Oa--C o o to be the person(s) whose name(s) is/amsubscribed to the within instrument and acknowledged to me that he/shetiti executed the same in his/heNtheirauthorized capacity(iesj, and that by his /herkheirsignature(s) on the instrument the persortH, or the entity upon behalf of which the person(s)- acted, executed the instrument. �scamorrW #Ioxao WITNESS my hand and official seal Nofty Ptic —cc romia y � � ,- /- signature a wmary Pub4ic OPTIONAL. i Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies7Claimed by Signer(s) Signer's Name: D. Donovan Goetz • Individual • Corporate Officer Title(s): • Partner — ❑ Limited ❑ General 4 Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator `- ❑ Other: Top of thumb here Signer Is Representing: NAC REINSURANCE CORPORATION I Signer's Name: 0 Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: 0 1995 National Notary Association • 8236 Pammot Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7186 Prod. No. 5907 Reorder Call Tog-Free 1.600.876 -6827 • C REINSURANCE CORPORATION No. N59 -038 POWER OF ATTORNEY _kizsutrf at( Aett btyl t 4coe Presents: that NAC REINSURANCE CORPORATION, a New York corporation (the'Corporalion•), with offices at One Greenwich Plaza. Greenwich, Connecticut, 06836, has made, constituted and appointed, and by these presents, does make, constitute and appoint S. Baumgarten, A.T. Faust, Leon B. Back, Jr., D. Donovan Goetz, Christine L. Wolfe, R.D. James its true and lawful Ahomey(s)- in -Fact, at Log Angeles . . , in the State of California. and each of them to have lull power to act without tae other or others, to make, execute and deliver on its behalf, as Surely or Co- Surety; bonds and undertakings given for any and aff purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond at undertaking so made, executed and delivered shall obligate the Corporation for any portion of the penal sum thereof in excess of the sum of Two .Million' --. Donae(S .2,000,000 . ... ). Such bonds and mdertakings Kok said purposes, when duly executed by said Attorney(s) -In -Fact, shag be binding upon the Corporation as fully and to the same extent as if signed by the President of the CorporMion udder Its porpo a seal attested by its Corporate Secretary. Z #Thisappoinlmenl ismade uridey nd by authority of certain resolutions adopted by the Board of Directors of the Corporation at a meeting duly called and held on the 13th day of March, 1995, a copy of nee/ shall expire and all authority hereunder shall terminate without no ice at midnight (Standard Time where said Anorney(s) -in -Fact is authorized to act), . . . . . . ,19. 97. IN WITNESS WHEREOF, the Corporation has mused these presents to be duly signed and its corporate seal to be hereunto affixed and attested this 23rdday of . July. _ . _ . - 19 .96. at Greenwich, Connecticut. (Corporate Seal) -JInlGvr Vvn1YN 'i t'16UNTY OF FAIRFI On the 23rd bay,A:R Norsialk;, . `� CdfDq pe5( by order -0tltl�eaar (Notarial Seal) STATE OF CONNECTICUT COUNTY OF FAIRFIELD NAC REINSURANCE CORPORATION By ry / [ O.a�.. Q.. /G. O . . Robert H. McFadden Mary A. oddy, Second Vi President ,Assistant Vice President 'fi July_ _ . . . . . . . . ,19.96_ before me personally mine . . . . . . . . . /. . . . . . . . . . . . . . . . . . . . . to me known, who being by me duly swom, did depose and say that (s)he resides in .. that(s)heisa. Second .Vice PresideneNAC REINSURANCE CORPORATION, which executed the above instrument: that (s)he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed f of said corporation, and that (s)he signed his(her) name thereto by like order. _ e LCW� Galil el ,—i�-- Notary Public CERTIFICATE � ss: 1{r00ir10 lO quo I, Cathy. A.. Hauck . . . . . ... . ... . .. . . .the ,$ecoAd , Vice . President . . . . of NAC REINSURANCE CORPORATION, a New York corporation (the "Corporation"), hereby eerily: Associate General Counsel 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of attorney, and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 2- Thelolfowinq arrG essir ions which were adopted by the Board of Directors of the Corporation at a meeting duly called and held on March 13,1995, which resolutions have nor since been revoked, "RESOLVED, tlpl yacn of �hENdlyiduals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in Surety or r ty�ed�rnllle[5: _ i Sanlery J. Koh Laura A. Shanahan Douglas M. Rafrano Mary A Roddy RE$OLVED,FURTHER, that each of the individuals named above is authorized to appoint Ahomeys -in -Fad for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in Surety or Co -Surety for and on behalf of Me Corporation.' 3. The undersigned further mrtifies that the above resolutions are true and correct copies of the resolutions as so recorded and of IN whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 29TH .day of OQPBER 1996 . (Corporate Seal) y � e _ . . . thy-A: Hauck �u� a 6 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Recorded in the County of Orange, Callfornla Oar L. OrwwIllo Clerk/Raeorewr 101111111JU1I No Fee City Clerk 19970403151 12:33M 09120197 City of Newport Beach Des 20805188 28 40 3300 Newport Boulevard N12 1 7.60 0.00 0.00 0.09 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and AAA Electric Services as I� Contractor, entered into a Contract on October 28, 1996 I.� Said Contract set forth certain improvements, as follows: Balboa Island Straet Light Replacement - Phase II - Contract No. 31019 T' Work on said Contract was completed on June 18, 1997 , and was found to be acceptable on August 11, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is NAC [reinsurance Corporation BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on (',C.( A Newport Beach, California. BY ,41da-, M. City Clerk !991 at 6 a I CERTIFY THAT IF TH)o Sli AFr)XED COUNTY CLEMRECORDER IN PURPLE INIK, THIS IS A Tfl­1."'-' CORRECT M FILED OR RECORD'.' . IN 11-1:Z CHILE. APR o 1 1998 DATE � FE EXEMPT ORANG COUNTY SZOFCALIFORNIA 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 24,1997 AAA Electric Services 5566 E. La Palma Avenue Anaheim, CA 92807 (714) 6443005 Subject: Contract No. 3109 - Balboa Island Street Light Replacement - Phase II On August 11, 1997, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion and to release the payment bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice of Completion was recorded by the Orange County Recorder on August 20, 1997, Reference No. 19970403151. The Surety for the contract is NAC Reinsurance Corporation, and the payment bond number is 25178. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk LH:Irn cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTAY AND WHEN RECORDED RETURN TO: Recorded in the County of Orange, California Gary L. Granville, Clerk /Recorder 1111111111111111111111111111 No Fee City City 3300 Newport Clerk of Newport Beach Newport Boulevard Beach, CA 92663 19910403151 005 28003199 28 49 N12 1 7.00 0.00 0.00 0.00 0.00 12;33pm 08/20/91 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and AAA Electric Services as Contractor, entered into a Contract on October 28, 1996 I� { Said Contract set forth certain improvements, as follows: , Balboa Island Street Light Replacement - Phase II - Contract No. 3109 N\/ Work on said Contract was completed on June 18, 1997 , and was found to be acceptable on August 11, 1997 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is NAC Reinsurance Corporation J\ . /1) A BY [1 Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. BY City Clerk 97 at i 0 August 11, 1997 i AUG I 1 1997 CITY COUNCIL AGENDA j ITEM NO. 4 bn TO: Mayor and City Council Members FROM: Public Works Department SUBJECT: COMPLETION AND ACCEPTANCE OF BALBOA ISLAND STREET LIGHT REPLACEMENT -PHASE II, CONTRACT NO. 3109 RECOMMENDATIONS: 1. Accept the work and authorize the City Clerk to file a Notice of Completion. 2. Authorize the City Clerk to release the 'Payment Bond" 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 3. Authorize the City Clerk to release the "Performance Bond" 365 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 $10,000.00. DISCUSSION: On October 28, 1996, the City Council authorized the award of the Balboa Island Street Replacement contract to AAA Electric Services. of Anaheim, California. The contract provided for the replacement of 63 street lights and approximately 30,000 feet of aged conduit and wiring. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: Actual amount of bid items constructed: Total amount of change orders: Final contract cost: $286,666.50 270,074.10 12,017.22 $282,091.32 SUBJECT: COMPLETO AND ACCEPTANCE OF BALBOA ISLANII&TREET LIGHT REPLACEMENT - PHASE II, CUNTRACT NO. 3109 August 11, 1997 Page 2 The decrease ($16,592.40) in the actual bid items over the estimated bid items constructed resulted from reduction in the amount of conduit and wiring replaced. The final overall construction cost including change orders was 1.6% less than the original bid amount. The following two (2) change orders were issued to complete the project: • A change order in the amount of $3,600.00 provided for the removal and replacement of 600 square feet miscellaneous sidewalk. A change order in the amount of $8,417.22 provided for penetrating the seawall at several locations to place street light conduit. Funds for the project were budgeted in the following funds: Account Account Budget Actual Description Number Amount Expenditures Street Light Replacement Program 7014- C5300035 $315,333.15 $272,091.32 The contract specified completion of all work within sixty (60) working days from the date of the award. Based upon the October 30, 1997 award date, the completion date was February 4, 1997. Due to extra work, inclement weather, the December holiday season and the non - availability of some materials, the completion'date was extended to May 20, 1997. However, the work was not actually completed until June 18, 1997, twenty (20) working days beyond the revised completion date. The twenty working day delay was negotiated by staff as the appropriate number of days subject to liquidated damages. The contract specifications provided for the assessment of liquidated damages at a rate of $500 per working day. Based on the negotiated 20 days of delay, it is recommended that liquidated damages be assessed in the amount of $10,000.00. The actual expenditures illustrated above, reflect the inclusion of the $10,000 liquidated damages. Thus, a balance of $43,241.83 will remain in the project account after payment of the final retention amount. This remaining balance will be combined with the current year funding for the Street Light Replacement Project. 0 SUBJECT: COMPLETION"D ACCEPTANCE OF BALBOA ISLAND EET LIGHT REPLACEMENT - August 11, 1997 PHASE II, COACT NO. 3109 Page 3 Also per the request of Council Member Hedges, staff is in the process of preparing a report addressing the disbursement of the liquidated damages. The report is scheduled for discussion at the August 25, 1997, Public Works Committee and the recommendation of the Committee will be forwarded to the City Council. / :: Res pe /1ctfully submitted, ^ N OOL PUBLIC WORKS DEPARTMENT Don Webb, Director By 0)0 c Horst Hlawat Construction Engineer 0 G "Mev HC cirr couN, 11 October 28, 1996 1 ('ITV nc n,CVJOneT ernru OCT 2 8 CITY COUNCIL AGENDA ITEM NO. 16 APPROVED TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT C-31 0�7 SUBJECT: AWARD OF CONTRACT - CONTRACT NO. 3109 BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE II RECOMMENDATIONS: 1. Approve plans and specifications. 2. Find that AAA Electric Services submitted the "lowest responsible bid'; that they can meet the requirements for completing the proposed contract work; and declare them the "low bidder ". 3. Award Contract No. 3109 to AAA Electric Services of Anaheim in the amount of • $286,666.50 and authorize the Mayor and City Clerk to execute the contract on behalf of the City and authorize a 10% contingency amount of $28,666.00 for change orders and construction engineering costs. 4. Authorize a $122,000.00 Budget Amendment to transfer funds from the Utilities Electrical Section's Account No. 5300 -8110 to the Street Light Replacement Account No. 7014- C5300035. DISCUSSION: At 2:00 p.m. on October 8, 1996, the City Clerk opened and read bids for the subject project. A summary of the results are listed below, and an itemized bid summary is attached as Exhibit "A ": I:FTi13 Contractor /Bidder Total Bid Price low AAA Electric Services $286,666.50 2 Statewide Electric, Inc. $292,633.70 3 F.J. Johnson, Inc. $319,628.00 4 Computer Service Company. $325,715.40 • 5 6 DBX Inc. Baxter- Griffin Company $374,672.00 $569,429.00 . Page 2 Balboa Island�treet Light Replacement, Phase II October 28, 1996 Six bids were received. The low bid is 12% above the Engineer's estimate of • $256,000.00. Staff believes this is due to current market conditions and that the work is in a confined and congested area. The Engineer's estimate was based on past work completed. Most of the price differential is in the cost of the fiberglass poles. The supplier has recently increased the price. THE LOW BIDDER The contracting company who submitted the apparent low bid, AAA Electric Services, Inc., of Anaheim, had provided a bidder's bond from a bonding company that is not rated in the Best Key A.M. Rating Guide and does not meet the City's financial strength requirements. After discussions with the City Attorney, a request was made for the Contractor to show evidence that he can provide a Payment Bond and the appropriate insurance from a company that does meet the City requirements. The contractor was able to provide this information and Staff recommends that AAA Electric Services be declared the "lowest responsible bidder" and declare that the contractor's lack of providing the appropriate bidders bond as a minor irregularity. AAA Electric Services, Inc. has successfully completed street lighting projects for other public agencies and municipalities. The firm has a successful reputation in the street lighting field and has a significant amount of experience with projects of this type. AAA Electric Services, Inc will be able to provide insurance policies and payment bonds • that meet the City's requirements. Staff believes this contractor is able to satisfactorily complete the proposed work. PROJECT DESCRIPTION: The street lights on Balboa Island are slated for replacement under the City's 15 year program to convert obsolete 5000 volt series street light circuits and replace aging facilities. The total Balboa Island Street Light Replacement Project calls for the replacement of 160 incandescent lights and more than 30,000 feet of obsolete electrical conduit and wiring. Due to funding limitations, the project will be completed in three phases. Phase I involved replacement of approximately 60 lights in the central part of the island which was just recently completed. Phase II includes about the same number of lights and will complete the lights in the westerly side of the island. See attached Exhibit "B" for project limits. Phase III consists of the lights along the Seawall. REQUEST FOR FUNDS TRANSFER, PROJECT COSTS AND SCHEDULE: On October 11, 1996, the Public Works Committee reviewed the recent street light rebate from the Southern California Edison, see attached Exhibit "C ". The total rebate was $127,551.67. Staff requested that the rebate be applied directly to street light replacement capital projects, and the Committee concurred with the request. It is • recommended that $122,000.00 be transferred from Utilities Account No. 5300 -8110 to the Street Light Replacement Account No. 7014- C5300035. The Utilities Account No. 5300 -8110 provides funds to pay the street light electrical bills. Page 3 • Balboa Island Street Light Replacement, Phase II October 28, 1996 • Currently $193,647.37 remains in the Street Light Replacement Account No. 7014- 05300035. With the budget transfer of $122,000.00 there will be sufficient funds to award the contract and provide a 10% contingency for change orders and construction engineering expenses. The Contract specifications require the contractor to complete the street light replacement work within 60 working days, allowing shut down time for the various holidays during the construction period. Staff anticipates completion of the project by March 1997. Respectfully submitted, 0'UQL PUBLIC WORKS DEPARTMENT Don Webb. Director • By: MI ael J. Sinacori, P.E. Utilities Engineer MJS /sdi Attachments: Exhibit "A ": Itemized Bid Summary Exhibit "B ": Project Location Map Exhibit "C ": Report from the Public Works Committee, SCE Street Light Inventory Project J h U w m O a 3 w Z LL O I N a w Q a N w F= J F Z w f Q a w O Y O u J m IL IL m m O z 0 F- u 0 w u Q� f' M � I v n N m Z w Z G u cc m E ��zw t O z F U w a cc L w E L_ I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p2 N m 0 0 0 0 0 P 0 0 0 0 0 0 O P m o O m m N P O M n O m N P m m m m !� m m P M m M N O n N OU D m m P N N - m H »° N O m V1 M m M» m M N w m w H H W U 6 M » M w M H m > z N w H O O O m �n M m ry m O h O h w m m O P m m m 0 m in n O m m P N N N w N H H O m N N H H H N 0 w w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O Z 000 0 p 0 � 0 0 W W N O D m m m i O 0 m m 0 0 m m M o m N ? m m m N P N N O m m N VI M N M— H H m m m m P W O H M N w H H o¢ H m Z x O O O N O O O O O O O O O O O O o ry P O m M 0 0 0 0 0 ~ . N . . . . . . w . w . w . m . m . n . . w O u w » » w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F o 0 0 0 0 0 ono 0 0 0 0 0 0 Z Z- m o o o o n ��O w o v o N m o 0 o m P 00 o P o of m e m�nmNmrv�nmmn m m J W w H W O 0 0 0 0 0 �n M m 0 0 0 0 O wO O O� O N P O N O 0 0 0 Li Q Z f' =) n M P H» » H» N n H Z N M H H » 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F 0 0 0 0 0 0 of O O O 0 0 0 O Z 00 0000=000000 Oil o rrvmmntmv m 0 m »» v°i o Lq"1 O w m P N H N m» w» m p Q - w»» » H m N w � U G O O O o O O M n O -n O O P O 0 o 0 p . . .- . O O O O m im Z 000wHH » » »in �nNOw m 0 0 N � Vf 0 O wHw » 0 0 0 0 0 0 0 0 0 0 0 0 0 o � Z o 000000�i 0 0 0 0 0 o o o 0 0 0 o o D p o 0 O M O m vio N O� o�ri m ovo O n O O 0 m N o n N N 0 w w w H H O O o 0 0 o v 0 0 0 0 O 00 0 0 o O M O m vi 0 0 0 0 0 0 F- O O O O O ry H » H » H W W W y, LL �y ly �y LL W W W Jo J J J J J J �Z n lO Oo o0 0 0 0 0 0 N M P O Q M m N m N VI D m m O c w v o Z O O>> 0 \q. y� L 0 7 a y N m E du l a $ °' w z i 3 °U v v' c C W° n a v Y moo � aaa '" d f V. N q c> i i w w _- U c "a e _ ° o = > A N MA E? w N. n m m O N m 0 m N N N N TIT, N L w E L_ I 0 0 • m m 0 N F a Q N Q a s w Y U w 2 V E "I Z I ~ _u _H U J u l o U = w W F m O m m w o a a D UJ Z p O LL Y l l K F O U � U O J a u m Q � U d N z w m F m :g u cc F 4 F Z W Z U o 0 U w a cc t x w Z D O f z Z 2 0 O i H z D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o S 0 o 0 o Z o 0 0 0 0 o vi 6 0 0 0 0 0 0 S O m O m O O m n P O m P O P of O' O n n N N N 1. M m "^ N O - M m m b N w< Qn wmv�nn H O m M H N N H vv H H oP LL K b W 0 O 0 O 0 O 0 b 0 O 0 O M 0 0 0 0 S O O N N •- O O O �n O O O P Oi a Z O m O N N 0 H H H b b O H 2 N H H H V1 N Ol m H m m v H H H P b H H H H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F o 0 v 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 o o S Z m m O O M O O m m 0 0 0 0 0 0 0 0 0 0 0 0 (V 0 f m O m n b P HHH N N h N O m H b n Q O H m N P H H < H H N H IA H O Z m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O M 0 0 0 0 0 0 1_ m Of O O O .- .- H H H M O ✓� O H 2 �O m m O w H H «,HH 0 0 0 0 0 0 0 00 0 0 0 0 0 z 0 0 0 0 0 0 vi vi 0 0 0 v 0 S O O O O in O m N O �+ M O N O O Q lO N O n N IA P P m m m N m P b N m vl �f N H H P H tlf � b H H H H H H p o 0 0 0 o m o 0 0 0 0 00 Yl H IA w w b •- Om 0 0 L O Q, b m m O v Et C w V O O "L N 3 m G u 0 ¢ u u o y a 3 3 u o o v Y O u'd n m v O O S 2 d U P P P= E A N C S x 2' K N m P N 1p n tp m O .- N m P N 10 N 0 m N N N N N t x w X 6o _— 2_ N N A �m N 00 P 00 ppo/� D � chi � oa �D P � ^n � O 0 . S i x Q tl " x a a a e uuuuuuuuuAi iluuuuumt�t�t umuUi ���QI pp�pp�'��� ®'IHINI tI I I■tt■��������ll �QuQu��� Ff N a �tltlatltl:cE::tl E tltltltlrsss "s 55 A d.udo A. dum ..iw� d.Wdo nwrt f 9 5 tl tl:- s 91011 tl ES °- E::: "xEaE Etlxtl- ___t5cgn�555stlxssse5E5 5 s.re.0 .wnc s.rnw. .qq.( s.rrxa .,a...c f tlaEeez�e e tl tl tl tl o E ': :: @ 5 4 5 tl tl 5 tl tl c 9 E E S S'- i-sa53E65 � tltlgtl'- EEE:SEEE tl5tl5tl'Es::SEEEe s I .,f Alom B lit I I tltlltltlEE ?3XtlE:+tl tltl5IiEE?55EtlE �tltlatltl:cE::tl E tltltltlrsss "s 55 A d.udo A. dum ..iw� d.Wdo nwrt f 9 5 tl tl:- s 91011 tl ES °- E::: "xEaE Etlxtl- ___t5cgn�555stlxssse5E5 5 s.re.0 .wnc s.rnw. .qq.( s.rrxa .,a...c f tlaEeez�e e tl tl tl tl o E ': :: @ 5 4 5 tl tl 5 tl tl c 9 E E S S'- i-sa53E65 � tltlgtl'- EEE:SEEE tl5tl5tl'Es::SEEEe s I .,f Alom B lit I I • 0 CITY OF NEWPORT BEACH PUBLIC WORKS COMMITTEE TO: PUBLIC WORKS COMMITTEE FROM: PUBLIC WORKS DEPARTMENT . EXHIBIT "C" Agenda Item V - (F) October 11, 1996 SUBJECT: SOUTHERN CALIFORNIA EDISON STREETLIGHT INVENTORY PROJECT RECOMMENDATION: Direct Staff to review SCE provided documentation and draft an agreement with SCE as to the accuracy of the audit. DISCUSSION: At the July 8, 1996 Public Work Committee meeting, representatives from Southern California • Edison (SCE) discussed their intention to audit the City of Newport Beach streetlight system, to determine if the streetlight inventory, billing and maintenance records were accurate and up to date. SCE recently completed its audit of the City's system. Attached is a copy of a letter that the City received. I am happy to inform you that the City will realize a one -time credit adjustment of $127,551.67. This amount reflects a decrease of 891 lamps that were billed as part of the City's inventory. This credit adjustment appears on the September 4, 1996 billing. It is anticipated that these permanent adjustments to the inventory will allow the City to realize an approximate $40,000 annual savings on streetlight energy costs. In addition, SCE will provide the City with a complete set of digitized streetlight maps, inventory detail sheets, map legend and a Thomas Bros. cross reference guide. Upon review of the documents, SCE has requested that the City sign an agreement with SCE which states that the inventory counts are accurate. Staff will be in contact with the SCE representatives to discuss the verification of the audit. Respectfully submitted, • (a�& Don Webb Public Works Director By: �.i��.� Eldon Davidson Utilities Manager 09/30/96 13:35 $818* 6208 46208 CSLA ALHAMBRA . September 30, 1996 City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca. 92658 Attn. Mr. Eldon G. Davidson, P. E. Utilities Manager Subject: Streetlight Inventory Project Dear Eldon, The Southern California Edison Company would like to thank you, the City of Newport Beach for your participation in performing a field verification of both City and Edison owned streetlights. In 1994 prior to any changes in the city inventory our records showed the city was billed approximately $20,190 monthly for streetlights, (LS1, LS2) for 3020 lamps. The Edison company performed a field verification in the last quarter of 1994 and made changes to the city inventory which reflected on the streetlight billings. This resulted in 835 additional lamps and approximately $ 3,135 increase in the monthly streetlight billings The field verification we have jointly performed in 1996 has resulted in a total decrease of 891 lamps. A credit adjustment for $127,551.67 for the overcharges from 1994 -1996 was reflected on the 9/04/96 billing statement. The current streetlight billings are estimated to be approximately $17,960 . The current streetlight inventory is 2,964 lamps for the LS1 and LS7 streetlight rates. Edison will provide to the City of Newport Beach the following: 1. Complete set of digitized Streetlight maps 2. Inventory detail sheets 3. Map legend 4. Thomas Bros. cross reference w06uz • • 9 Vy of Newport Bea* NO. BA- 017 BUDGET AMENDMENT 1996 -97 AMOUNT: 5122,000.00 -ECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Budget Appropriations AW Decrease in Budgetary Fund Balance X Transfer Budget Appropriations - PX No effect on Budgetary Fund Balance SOURCE: X from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Transfer funds from Utilities Electrical Division to Street Light Replacement for Contract No. 3109 - Balboa Island Street Light Replacement Project - Phase Il. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account General Fund 010 3605 . ENUE APPROPRIATIONS (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Fund Balance Control Description Signed 'Financial provaI Fin rice Director •'d: kt d i strative pp al: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $122.000.00 $122.000.00 Date Date Date H Description Division Number 5300 Public Works - Electrical Account Number 8110 Utilities NOC Division Number 7014 Miscellaneous & Studies Account Number C5300035 Street Light Replacement Program Division Number Account Number Division Number Account Number Signed 'Financial provaI Fin rice Director •'d: kt d i strative pp al: City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $122.000.00 $122.000.00 Date Date Date H d I J It ,1 AAA &ef-,-rec� Sr>e-o�ca CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BALBOA ISLAND STREET LIGHT REPLACEMENT PHASE II CONTRACT NO. C -3109 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3063 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. U I P -la SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. 57 EA. Remove existing street light standard and install new Contractor - furnished i 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: One thousend eight hundred No------ - -- - -- - and ✓ Cents $ 1,800.00 $ 102, 600.00 Per Each U I P -la SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 2. 6 EA. Two thousend No----- - - - - -- Per Each 3. 1 EA. Install new Contractor- furnished 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including new foundation per City Standard Plan STD 205 -L, PEC, fusing, conduit and conductors from adjacent pull box to luminaire for the unit price of -------- - - - - -- -Dollars and Cents $2,000.00 $12,000.00 Furnish and install service cabinet, including 21/2" PVC conduit to Edison feed pole and service connection for the unit price of: Two thousend ------------ - - - - -- Dollars and No ---------------------- - - - - -- Cents $2,000.00 $2,000.00 ✓ Per Each 4. 9,800 L.F. Furnish and install 11/9' PVC conduit with 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: Eight ------------------- - - - - -- Dollars Seventy five ------------ - - - - -- and 8.75 Cents $ Per Linear Foot 5. 1,500 L.F. Furnish and install 11/9' PVC conduit Nine_ ----- Fifty ----- Per Linear Foot with 4#8 insulated conductors and 1 #8 bare conductor for the unit price of: -- ------ - - - - -- Dollars and P -lb $85,750.00 ✓ Cents $ 9.50 $14,250.00 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 6. 3,200 L.F. Furnish and install h /a" PVC conduit and pull rope for the unit price of: Nine-- ------------------- - - - - -- Dollars and No ----------- ----------- - - - - -- Cents $ 9.00 $28,800.00 Per Linear Foot 7. 900 L.F. Furnish and install 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: one -------------------- - - - - -- Dollars and a Forty Five ------------- - - - - -- Cents $ 1.45 Per Linear Foot 170 L.F. Furnish and install 448 insulated conductors and 1 #8 bare conductor in existing conduit for the unit price of One-------------------- - - - - -- Dollars Ninty Five------------- - - - - -- and $ 1,305.00 ✓ Cents $ 1.95 $ 331.50 ✓ Per Linear Foot 9. 200 L.F. Remove existing series conductors and install pull rope for the unitprice of: One-------------------- - - - - -- Dollars Fifteen---------------- - - - - -- and Cents $ 1.15 Per Linear Foot 10. 50 EA. Remove existing pull box. Remove existing conduit and conductors within existing pull box area, and restore surface to match adjacent area for the unit price of: Two Hundred Fifty-------- - - - - -- Dollars No------ ----------------- - - - - -- and $230.00 ✓ Cents $ 250.00 $ 12, 500.00 ✓ Per Each P -lc SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 11. 132 EA. Furnish and install pull box per City Standard Plan STD 205 -L for the unit price of: One Hundred Fifty-------- - - - - -- Dollars No----------------------- - - - --- Cents $150.00 $19,800.00 Per Each 12. 4 EA. Remove existing street light standard and foundation, and restore surface to match adjacent area for the unit price of: Five Hundred-------------- - - - - -- Dollars and No__________ ____ ________________ Cents $ 500.00 $ 2,000.00 Per Each 13. L.S. Relocate existing signs to new street light standards for the unit price of: One Thousend Five Hundred - - - - -- Dollars and No---------------------- - - - - -- Cents Lump Sum $ 1,500.00 Lump Sum 14. 600 S.F. Remove sidewalk and install new for the unitprice of: Six----------------------- - - - - -- Dollars No---------- ------------- - - - - -- -and Cents $ 6.00 $ 3,600.00 ✓ Per Square Foot Total Price in Written Words: Two hundred eighty six thousend Dollars six hundred sixty six ----- - - - - -- and fifty --------------------- - - - --- Cents $286,666.50 Total Price P -ld Bidder's Name AAA ELECTRIC SERVICES Bidder's Address 5566 E. La Palma Ave. ANAHEIM, CA 92807 (714)281 -6828 Bidder's Telephone Number Contractor's License No. & Classification 719094 C -10 2/21/98 Expiration Date October, 7, 1996 ro.Mgr. Date Authorized Signature & Title P -le • INSTRUCTIONS TO BIDDERS • Page 2 The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less 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 responsible for bidder errors and omissions in the PROPOSAL. In accord 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. 719094, C -10 AAA ELECTRIC SERVICES Contr's Lic. No. & Classification Bidder. ,, ff%%��,, October 7, 1996 � �&14 ro.Mgr. Date Authorized Signature and Title OCT -04 -96 FRI 02:52 HAFT ELECTRIC +SVS BIDDER'S BOND 7/46666667 P.03 Page 4 KNOW ALL MEN BY THESE PRESENTS, That we,, __AAA ELECTRIC -SERVICES - - -- -_ -- as bidder, and AMERICAN CONTRACTORS INDEMITY COMPANY as Surety, are held and firmly bound unto the City of Newport Reach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID Dollars ( $10N), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. T1 1E CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of BALBOA ISLAND STREET LIGHT REPLACE ENT,PRO0MCT;PHAU II C -3109 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it eha'.l be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations tinder this bond. ' IN INITNESS WHEREOF, we hereunto set our hands and seals thisQ day (if OM, 1996. OCTOBER AAA ELECTRIC SERVICES (Attach acknowledgement of Attorney -in -Fact) Bidder Notary Public Authorized Signature and Title -' - -- -- AMERICAN CONTRACTORS INDEMNITY COMPANY Conunission Expires Surety DWIGHT REILLY Title: ATTORNEY -IN -FACT r I Best's Rating Rating Co. AMBNI Cc I Rating/ EMecti,� Action Group AMS# Gm# St FPR Da New 11372 Academic Health Prof Ins Assn NY U 03810 Acceleration National Ins Go OH B OS /O8/g5 New 11774 Acceptance Casualty Ins Co TX N/F New 11770 The Accident Fund Company MI N/F 7W U 11023 Aetna Casualty Company CT 6 07 /lyg5 ;Ry 6u 11/29/95 '''a' U 11024 Aetna Casualty Company of CT CT A- P 07/12!95 A- pu 11/29!9$ U 02001 The Aetna Casualty & Surety Co CT A- p 07/12/95 A- pu 11/29/95 U 03069 Aetna Cas & Surety Co of Amer CT A 07112635 Au 11/29/95 U 04465 Aetna Cas & Surety Co of IL IL A- p 07/12/95 _ A- pu 11129/95 U 11025 Aetna Commercial Insurance Co CT A- p 07/12/95 A- pu 11/29/95 U 00241 Aetna Excess & Surplus Lines CT A- g 07112/95 A- gu 11/29/95 U 11027 Aetna Insurenca Company CT A- p 07/12195 A- pu - IIrl9/95 U 11020 Aetna Insurance Co of IL IL A- p 07/12/95 A- pu 11/29/95 U 01743 Aetna Lloyds of Texas Ins C , TX A- r 07/12/95 A- ru 11/29/95 U 01743 Aetna Personal Security Ins Co CT A- p 07/12/95 A- pu 11/29/95 New 10716 Agora Syndicate, Inc. IL 3 05/22/95 + 02087 Albany Insurance Company NY A- p 04/03/95 11785 Alister Insurance Company CA N/F - 02149 - Aucti Insurance Company NY A- p 06!13/95 New 10729 Allegheny Surety Company PA NA -2 07/05/95 U 02091 Alliance Assurance Co of Amer NY A ++ 9 07/05/95 New 10007 Alliance Mutual Ins Co NC 4 05/26/95 New 03805 Allied Irlsurarlce Company CA NA-4 06+19!95 New 11212 Allmerics Fin'l Benefit Ins Co MA NA -4 06/12/95 + 00764 Allstate County Mut Ins Co TX A- r 05/22/95 + 02018 Allstate Indemnity Company IL A- r 05/22/95 + 02017 Allstate insurance Company IL A- 9 05122!95 + 01978 Allstate Prop & Cas Ins Co IL A- r 0522/95 + 10678 Allstate Texas LJoyd's TX A- r 05/22/95 -/U 02074 Alpine Insurance Company IL A- 05/06!95 - B U 01/24/96 - 04090 American Ambassador Casualty IL A+ 04/03/95 New 11419 American Compensation Ins Co MN NA -3 05/08/95 + 11019 American Contractors Indent Co CA 5 06126/95 U D2097 American Credit Indemnity Co NY A+ 04/24/95 -/U A +u 01/15/96 - 04941 American Deposit Ins Go OK A+ pu 06/05/95 - 03618 American Eagle Insurance Co TX A- 06/05/95 - B++ 03/04/96 New 11789 American Family Insurance Co OH N/F 11707 American Feed Insurance Co ND NA -1 07/05/95 + 11131 American Fidelity & Liberty PA B+ 01/09!95 Rams Action Legend: (a) or ( -). Rating upgraded or downgraded MNn Saint loner rating Scale or rnanod Pedonrance Rating (FPRI mmeno era4; 11`16++). Inti61 Seat land naliig w FPR assigned'. ( ). Rating aann6d: M. Rating under r6Jev; (I omen o anga ;11,119 . k,*nwW. 4X11 — Cal! 900- 555 -BEST for the lalesl Best's Rating — 1996 BEST'S KEY BATING GUIDE — PROPERTY /CASGALTy 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BID SUMMARY TITLE Balboa Island Street Light Replacement -Phase H LOCATION City Clerk's Office -City Hall ENGINEER'S ESTIMATE $ 256,000 TIME 2:15 p.m. CONTRACT NO C -3109 DATE Tuesday October 8th, 1996 CONTRACTOR 1. AAA Electric Services, Anaheim 2. Statewide Electric, Inc., Oxnard 3. F. J. Johnson, Inc., Anaheim 4. Computer Service Company, Inc., Anaheim 5. DBX, Inc., Temecula 6. Baxter- Griffin Co., Stanton AMOUNT $ 286,666.50 $ 292,633.70* $ 319,628.00 $ 325,715.40 $ 374,672.00 $ 569,429.00 *Corrected Total - No placement change 5M ITECHNICAL ABILITY AND EXPERIENCE REFERENCES +- AAA ELECTRIC SERVICES Bidder z2 r LGP/.�'� L l -49 - Pro! . Mgr. Autl rizTignature and Title r 11 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 1996 City of Irvine (traffic Sig. Fiber Optic Interconnect) Don Wright (714)724 -6561 1996 City of Anaheim (St. Ltg.) Sean Razmy (714)254 -5176 1996 City of Westminster(Traf. Sig. & Interconnect ) Peter Mackprang (714)898 -3311 1996 City of Brea (St. Ltg.) John Hogan (714)990 -7666 t/ 1995 City of Anaheim (Traf. Sig.) Chuck Smith (714)254 -5176 1994 City of Inglewood (Traf. Sig.) Bob Parvizi (310)412 -5111 1994 City of Walnut (Traf. Sig.) Bob Morgastren(909)594 -9702 1994 City of Westminster (Traf. Sig.) Peter Mackprang(714)898 -3311 ' 1 i 1 1 +- AAA ELECTRIC SERVICES Bidder z2 r LGP/.�'� L l -49 - Pro! . Mgr. Autl rizTignature and Title r 11 0 H A W 1n �a F� aW 00 x PI IF AA V zE a� W � �z V/ V\ !�1 " Eo o _ a.`°is � +� 'e3 a..0 '. m e •+'" R � x'" ° 'O .moo rk, ? :fit }.^ N� o � yt E+ x� m �I m R. "" x Fae y r y ai : m t�.tma m m Q v o•-• r r - `���e- r`"�""�`.a''��kz•+.c'm'. "r aO ai t Yd ...,vs�,� '°' 1." -af*` - m' 'Ho w w d * � a� m m m u°+ '+`�. wa 3�„• nc� 's,. °° � - _ Me v'O Yn�F`m aykJY umsyk 'y 3 �4'k'" of $e m m m m• as v ^R.�'n'wy,',fR v'i'i - e M RK csQ m ry — 8 — o ° sM1'o — m — - — - t E _ y _ lisk�"y i?r Pak cE =v by - ' °�zLL z i ... z .maiS. •'i 6� s t < s ri �:. <.r< lK:,: s +'� < t s � s s' Y Z WU v °' c yZ1 c.4 ANOQ oil'.. yNy `wmGQ =S a 'pcO_o c WH vyJ Q Z II. _O €m ma oaZ �ZN Y9w�iR OWL ON6 O Z ' -d`tOY m� 'MI. N�q VOI I�IYQIA pFSm0. CO�OQlw1 =O�UpbWNb�Gw wN =v� ONG p�V.NNYf ti y� 4im UcU ..+r cm m =t � C�3AO�p a�� �c: c�p2v E c E a,e J� — V zu_ � ppC ting is based on the rating of the compa- I einsures substantially all of the company's ompany is also assigned the same Financial Refer to the company's full report for a com- -ty's reinsurance arrangement. ating is qualified since the company's rat- ed by (1) existing or pending state legisla- restrictions or surcharges that cannot be or (2) loss recoverables with credit quality tandated state residual market programs or significant relative to its policyholders' sur- ; full report for a complete explanation of tg is currently under review due to a recent company's financial condition, which may negative rating implications. A company's until A.M. Best meets with management to tions of the event before either affirming the or negative rating action. Generally, a com- der Review for only a few months. was revised during the prior year. minated with 1992 rating assignments): ue to a modest decline in the company's ce, but the decline was not significant reduction in the company's rating. Our based on the availability of more current nt upon the successful execution of a pro - management. with 1994 rating assignments): The rat- ting -watch List" during the year to advise any was under close surveillance due to an current financial performance, or that it had legal, financial or market situation which re financial condition. RATING MODIFIERS s (A ++ to F) assigned in Best's 1996 prop - ,198 or 58% were also assigned a Rating these modifiers is as follows: Ratings NUMBER OF COMPANIES 332 527 318 4 71 1,252 (54) 1,198 as (abbreviated NR) identifying the pr reason why a letter Best's Rating was not assigned. The primary anon is identified by the appropriate numeric suffix. A complete explanation of why a compa- ny is not assigned a letter rating can be found in the company's full report. NOT RATED CATEGORIES NR -1 (Limited Data Filing) Assigned primarily to small companies that did not provide A.M. Best with a copy of their NAIC annual statement. Many of these companies are exempt from filing the NAIC annual statement. The information contained in these limited reports is obtained from the company or from the National Association of Insurance Commissioners. This rating replaces the former category of NA -1 (Limited Data Filing) and includes companies that u>m formerly listed in the Directory Section of Best's publications. NR -2 (insufficient Size and/or Operating Experience) Assigned to companies that do not meet A.M. Best's minimum size and /or operating experience requirements. To be eligible for a letter rating, a company must have a minimum of $2 million in policyholders' surplus to assure reasonable financial stability and have sufficent operating experi- ence to adequately evaluate the company's financial performance, usual- ly two to five years. Exceptions to these requirements are companies that have a financial affiliation with a Best rated company. Exceptions to the minimum size requirement are companies that have demonstrated a long history of stable and good financial performance when compared to Best's rating standards, companies that have achieved a significant market posi- tion and newly formed companies with experienced management that have acquired seasoned books of business. Companies assigned the NR- 2 category are eligible for a Best's Financial Performance Rating (FPR). This category replaces the former categories of NA -2 (Less than Minimum Size) and NA-3 (Insufficient Operating Ezperience). NR-3 (Rating Procedure Inapplicable) Assigned to companies that are not rated by A.M. Best, since the normal rating procedures do not apply due to their unique or unusual business features. Best's normal rating procedure does not apply to companies that are in run -off with no active business writings; are effectively dor- mant underwrite financial or mortgage guaranty insurance; have not provided Best with the financial information required for a rating; have a significant portion of business reinsured by a reinsurer not followed by A.M. Best. Exceptions to companies in run -off are inactive companies that have been structurally separated from active affiliates within a group company structure that pose potential credit, legal and market risks to the group's active companies. This category replaces the former categories of NA-4 (Rating Procedure Inapplicable), NA -5 (Significant Change), NA-6 (Reinsured by an Unrated Reinsurer) and NA-8 (Incomplete Financial Information). NR-4 (Company Request) Assigned to companies that are assigned a Best's Rating or Best's Financial Performance Rating (FPR) but request that their rating not be published because the company disagrees with its rating or Best's rating require- ments. Ibis category replaces the former category of NA -9 (Company Request). 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to or share with another person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 8 dayof October, 1996 1996. My Commission Expires: AAA ELECTRIC SERVICES Bidder h ®. ✓ t/ProJ.Mgr. Authorized Signature and Title ALSON COTTRELL p <m COMM. #1075893 NOTARY PUBLIC CALIFORNIA 3 ��^^' ORANGE COUNTY N I MY COMMISSION EXPIRES NOV. 11, 1999 It 9 Notary Public n AMERICAN CONTRACTORS INDEMNITY COMPANY Los Angeles, California POWER OF ATTOR NEY KNOW ALL MEN BY THESE PRESENTS: That AMERICAN CONTRACTORS INDEMNITY COMPANY, a California Corporation (the "Company"), and having its principal office in Los Angeles, California does hereby constitute and appoint: Dwight Reilly of Upland, California as its true and lawful Attomey(s )-in -tact, in amount of $291.000. 00. to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said AMERICAN CONTRACTORS INDEMNITY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY, at a meeting called and held on the 6th day of December, 1990. RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority. 1. To appoint Attorney(s }in -fact and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and 2. To remove, at anytime, any such Attorney -in -fact and revoke the authority given. RESOLVED FURTHER, that the signature of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating therto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsmile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN WI'T'NESS WHEREOF, AMERICAN CONTRACTORS INDEMNITY COMPANY has cause thigg instrument to be signed and its corporate seal to be affixed by its authorized officer this 29th day of seprember 19 95 AMERICAN CT N ITY COMPANY el Andy STATE OF CALIFORNIA COUNTY OF LOS ANGELES On 9 -29 -95 before me. Amy Wolfe ,personally appeared Andy Faust ]$personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ITNESS my hand and official seal. AMY WOLFE M , m ; COMM. # 988801 OD = C #Y NOTARY ORANGE COUNTY CALIFORNIA CERTIFICATION I W Comm. Expire, March 21.1997 1, the undersigned . officer of AMERICAN CONTRACTORS INDEMNITY COMPANY do hereby certify that I have compared the foregoing copy oi- therower of Attorney and affidavit, and the copy of the resolution adopted by the Board of Directors of said Company as forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that same are correct transcripts thereof and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIM(INY WHEREOF, I have hernnto set my hand this 4TH day of __a-TOBER , 19 96 AS;= r t Secrete John S: Su to CALIFORNIA ALL- PURPOSOCKNOWLEDGMENT • State of County of s /AN a>;mwim /-/ q(o On /0 � before me, E. »QUEz DATE NAME. TITLE OF OFFICER - E.G.. 'JANE OOE. NOTARY PUBLIC' personally appeared DWIGHP REILLY NAME(S) OF SIGNER(S) �xl personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and ac- knowledged to me that he /she /they executed the same in his /her /their authorized i Z' capacity(ies), and that by his /her /their �e COMM. #1107311 signature(s) on the instrument the person(s), NOTARY PUBLIC - m N RDILI SAN BER NO COLIM or the entity upon behalf of which the AyCo=.Ez ruAuq.26,2Wo person(s) acted, executed the instrument. WITNESS my hand and official seal. SIG URE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY•IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIT'l1ES) DESCRIPTION OF ATTACHED DOCUMENT 1.31117 =1 `110 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES a A(1q DATE OF DOCUMENT ND OTHER SIGNER NOTARIZED SIGNER(S) OTHER THAN NAMED ABOVE BO-1133 3/94 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave., P.O. Box 7184 • Canoga Park. CA 91369 -7184 i 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 accord 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 accord with State law. Subcontractor Address Subcontract Work 1 Cal -West Concrete Cutting Co. Concrete Cutting & Boring 557E E. La Palma Ave. 2 Anaheim, CA 9207 1 11 i -- AAA ELECTRIC SERVICES Bidder Pro.Mgr. Authorized Signature and Title r 5 6 7 8 9 1 1( 1 11 i -- AAA ELECTRIC SERVICES Bidder Pro.Mgr. Authorized Signature and Title r Q W m F- 0 a w Z LL O U) W J Z W a w IxO Y O 3. U J m a VI f 0 w Y U W 2 U Z 0 Q U Q J mr w W O O Z Z Q W F- w U r Z � O Z or U W a 0 o 0 0 o 0 o o 0 0 0 O O O N m o m O y o p o o a o e 0 0 0 0 0 e o Moo o m .... on 4 v w m m n M V w' o Ol m P N N p N O 10 N M m O2 u O w O==N n U Q m y H H W q w N q H H H N m > w W W W O O O m m of m N W^ o W O of w W OR o a m W m o W in n o m m P N H H g w H H O t0 N N H = M 0 H H w H 0 0 0 0 0 0 0 0 0 0 0 0 0 0 x 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000000 0 p Z W W W �n O O m ^ m o 0 O t m m W n m O o O ,jmm ? m m W N a N N O W W N M m w m^ H H W m W m a N W Zp Q p w w w M H H q H H H m H m w Z 2 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O N Q O � m v� 0 0 0 0 0 ry � W^ HHwm m n �nH O H H q w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u o 0 0 0 0 0 p n p 0 0 0 0 o p z Z � of o 0 c � o e o v o n no�m000 m^ c m �n W W N a�no m ry m m oao m n m ri M Iq �iQwwH�enwwHgw�Hw� rn J W H H W O o0 000�nm W o00 00 3 0 0 0 p N P O N O 0 0 p m 0 0 ��wfnww� F~ Q Z vmi vmi m 4 o vw p ^ N n Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r 0 0 0 0 0 0 p Ln 0 0 0 0 0 0 p Z 0 0 0 O o 0� ^ 0 0 0 0 0 0 LO 0 O 0 mp .0 'O NW m N N m 0 0 ll� t0 m N Lq (+I N H Nw FU O U Jrodgmo; 00 O O on �O O ono O vi am v� of O o O 0000 O O O 00 H H of H H g � 0000 16 Z � m p H M N � p p vl H +� QQ N N H H w^ J HHq q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z 0 0 o 0 0 0 O 0 0 0 o O 0 o p 0 g O O O (O N O o0 h N W VI P d m m m N W p Q n H H m m H H H N w w H w H H 008000 00 O of O W 0 0 0 0 0 0 0 O O O O O O N M N o N o n o W o M o 4 o m Z M N H g H g H q m H m w N N n N q W W N H H H w H wW J J J J J J w W w J N Q W^ O oW O p O O m N OO N m a^ ,n, d v v Z a u 0 v F'coaa0oov'O °0' O O -O V U' O p O N U g c av (n C 3 3 V C C Nu 4j uuu E E E o N " ads a r ^ N N N N N Y W O N W O Q a i O W Y U W 2 U f N Z ~ W_ O F- :3 < E _ F c U = , ° F w F- mF0 m Z W C H a wa Z p LL O Y K O U � U J a d o t a i _ N C F � � W VI 0 O z I Z W ¢ m F �wL) W 4- Z W F O z 2 [-UWa z 0 O H z z Z 0 O z z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z 0 0 0 0 0 0 0 0 0 0 0 0 0 o g Z 0 o 0 m 0 o 0 m 0 o 0 o vi M C n 0 c 0 o 0 m 0 a 0 o 0 a of �Oio n n ccv N m Vf nr��'^�mma�n t0 m m N O m m m m t6 N LL¢ n Vl w p N� m f9 vl M M N Vl N f9 pl M M m m LL y N � K 0 0 0 0 0 0 � 0 0 0 0 0 0 0 a Z O^ O N N M H di tp tm p Fy = m� N M M Yl V1 N O1 m � m M M M V f9 N Vf 1R p Fq m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r o 0 V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ Z 0 m vR O O �n O O �n of 0 0 0 0 0 0 0 0 0 0 N �- m O m n tp QI N N �/1 N O m (O h z m o 0 0 0 0 0 0 o 00 0 00 0 0 000 o�n ino LI? 00000 H 0MO�ce �.:oo 0o m 00o w`na�no snow = 0 0 0 0 0 0 0 0 0 0 0 0 0 0 f O O O O O O O O O O O O O o Z 0 0 0 0 0 0 vi � 0 0 tG O V' O O O O 00 �n O w N O � m 0 n O o tp N o n N v V< m m m N m P tD N m^ N N V: ^ N Q n f9 bl Of M f9 M H N w www w � 0 0 0 0 0 0 0000000 O O O O M O m in 0 0 0 0 0 0 O o 0 00 N N N n m vl p M Zoo p In � N M M 19 fA W N N W N M W tli H ffl F 0 0 0 0 0 0 N ¢ O E c a w v c m o �o *0 - v m 2 \ o in v O L o E W .2 ;qp U> V V V a a O N CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BID SUMMARY TITLE Balboa Island Street Light Replacement -Phase II LOCATION City Clerk's Office -City Hall ENGINEER'S ESTIMATE $ 256,000 TIME CONTRACT NO CONTRACTOR C -3109 AAA C�cL i c IICeS vu���i Cti l Cb . 5 �v4d)g c4 Ts ) de (f1edrlL, rC 0x, gwCA r � A- .I ol'!ns► ��ic . /1.91 e�� C �- /o"w,; kr DATE AMOUNT 2:15 Tuesday October 8th, 1996 Z--g G 374c 5GC) ZC z X34 . co CD eo o 3z5 �15,�n NOTICE INVITING BIDS FILE COP Y Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2:15 o'clock p.m. on 8th day of Octobe , 1996, at which time such bids shall be opened and read for: BALBOA ISLAND STREET LIGHT REPIACEMENT - PHASE II Title of Project F v C_3109 Contract No. S 256.00o Engineer's Estimate \L�FORN/ 1::�,J r, Approved by the Public Works Department this 4th day of September, 1996 3nacori, P.E. Engineer Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael 1. Sinacori at (714) 644 -3011. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BALBOA ISLAND STREET LIGHT REPLACEMENT PHASE II CONTRACT NO. C -3109 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3063 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION UNIT TOTAL PRICE AMOUNT 1. 57 EA. Remove existing street light standard and install new Contractor - furnished 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: One Thousand Eight Hundred Dollars and No Cents Per Each P -la :11 11 . 1 .11 11 0 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE NO. QUANTITY DESCRIPTION 0 UNIT TOTAL PRICE AMOUNT 2. 6 EA. Install new Contractor- furnished 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including new foundation per City Standard Plan STD 205 -L, PEC, fusing, conduit and conductors from adjacent pull box to luminaire for the unit price of. Two Thousand Dollars and No Cents $ 2.000.00 $12.000.00 Per Each 3. 1 EA. Furnish and install service cabinet, including 2Va" PVC conduit to Edison feed pole and service connection for the unit price of: Two Thousand Dollars and No Cents $ 2.000.00 $ 2.000.00 Per Each 4. 9,800 L.F. Furnish and install 11/," PVC conduit with 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: Eight Dollars and Seventy -Five Cents $ 8.75 $ 85.750.00 Per Linear Foot 5. 1,500 L.F. Furnish and install 11 /a" PVC conduit with 4#8 insulated conductors and 1 #8 bare conductor for the unit price of: Nine Dollars and Fifty Cents $ 9.50 $14,250.00 Per Linear Foot P -lb 0 SCHEDULE OF WORK ITEMS 0 ITEM APPROXIMATE UNIT NO. QUANTITY DESCRIPTION PRICE 6. 3,200 L.F. Furnish and install 1'/4" PVC conduit and pull rope for the unit price of: Per Linear Foot TOTAL AMOUNT Dollars and Cents $ 9.00 $ 28.800.00 7. 900 L.F. Furnish and install 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: One Dollars and FoM-Five Cents $1.45 $1.305.00 Per Linear Foot 8. 170 L.F. Furnish and install 448 insulated conductors and 1 #8 bare conductor in existing conduit for the unit price of: One Dollars and Ninety-Five Cents $1.95 $ 331.50 Per Linear Foot 9. 200 L.F. Remove existing series conductors and install pull rope for the unitprice of: One Dollars and Fifteen Cents $1.15 $ 230.00 Per Linear Foot 10. 50 EA. Remove existing pull box. Remove existing conduit and conductors within existing pull box area, and restore surface to match adjacent area for the unit price of: Two Hundred Fifty Dollars and No Cents $ 250.00 $12.500.00 Per Each P -lc 0 SCHEDULE OF WORK rrEMS 0 ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 11. 132 EA. Furnish and install pull box per City Standard Plan STD 205 -L for the unit price of: One Hundred Fifty Dollars and No Cents $150.00 $19,800.00 Per Each 12. 4 EA. Remove existing street light standard and foundation, and restore surface to match adjacent area for the unit price of: Five Hundred Dollars and No Cents $ 500.00 $ 2.000.00 Per Each 13. L.S. Relocate existing signs to new street light standards for the unit price of: One Thousand Five Hundred Dollars and No Cents Lump Sum $1.500.00 Lump Sum 14. 600 S.F. Remove sidewalk and install new for the unitprice of: Six Dollars and No Cents $ 6.00 $3,600-00 Per Square Foot Total Price in Written Words: Two Hundred Eighty -Six Thousand Six Hundred Sixty -Six Dollars and E4 Cents $ 286.666.50 Total Price P -ld 0 Bidder's Name 0 Bidder's Address 5566E LA PALMA AVENUE ANAHEIM A 92807 Bidder's Telephone Number X141281 -6828 Contractor's License No. & Classification 719094 C -10 2/21/98 October 7, 1996 Date Expiration Date S /MIKE NIKNAFS. PROJECT NLANAGER Authorized Signature & Title P -le • • Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". 1.PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less 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 Ragister 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 responsible for bidder errors and omissions in the PROPOSAL. In accord 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. 719094. C -10 AAA ELECTRIC SERVICES Contz's Lic. No. & Classification Bidder 0GL October 7.1996 S / MIKE AFS, PR CT MANAGER Date Authorized Signature and Title • ' 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 accord 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 accord with State law. Subcontractor Address Subcontract Work Cal -West Concrete 1. Concrete Cutting Co. 5578 E. La Palma Ave. Cutting & Boring Anaheim, CA 9207? 2. s 7 1 11 AAA ELECTRIC SERVICES Bidder S /MIKE NIKNAFS. PROTECT MANAGER Authorized Signature and Title 0 : "D Mul :• Page 4 KNOW ALL MEN BY THESE PRESENTS, That we, AAA ELECTRIC SERVICES, as bidder, and AMERICAN CONTRACTORS INDEMNITY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID Dollars ($ !-Q%o), 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 BALBOA ISLAND STREET LIGHT REPLACEMENT PROTECT - PHASE 11 C -3109 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it 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 4TH day of October, 1996. (Attach acknowledgement of AAA ELECTRIC SERVICES Attomey -in -Fact) Bidder CERTIFICATE ATTACHED S /MIKE / /r1[3CNAFS. P120TECT MANAGER Notary Public, #1107311 Authorized Signature and Title Commission Expires 8/26/2000 By: S/DWIGHT REILLY Title: ATTORNEY -IN -FACT • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to or share with another person in any way or manner, any of the proceeds of the contracts sought by this bid. AAA ELECTRIC SERVICES Bidder S /MII� AFS, IlIkI A Authorized Signature and Title Subscribed and sworn to before me this $ day of October, 1996. My Commission Expires: 11 -11 -99 S /ALSON COTTRELL Notary Public, #1075893 • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed .. m Ferformed r Person to Contact Telephone 1996 City of Irvine Don Wright (714) 724-6561 (Traffic Sig. Fiber Qptic Interconnect) Mackprang (714) 898 -3311 1996 City of Anaheim Sean Razmy (714) 254 -5176 1996 City of Westminster Peter Mackprang (714) 898 -3311 (Traf. Sig. & Interconnect) 1996 City of Brea (St. Ltg.) john Hogan (714) 990 -7666 1995 City of Anaheim (Traf. Sig.) Chuck Smith (714) 254 -5176 1994 City of Inglewood (Traf. Sig.) Bob Parvizi (310) 412 -5111 1994 City of Walnut (Traf. Sig) Bob Morgastren (909) 594 -9702 1994 City of Westminster (Traf. Sig.) Peter Mackprang (714) 898 -3311 AAA ELECTRIC SERVICES Bidder S /MIKE NIKNAFS. PROTECT MANAGER Authorized Signature and Title 0 NOTICE • Page 7 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 the 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) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17) 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, and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds 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 VII (or larger) in accord with the latest edition of Best's Rating Guide: Property-Casualty, asualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each' contract document and (2) the Standard S 'pecifications for Public Works Construction, except as modified by the Special Provisions. and S 25178 • emium: Included in Performance KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 29 .1996 has awarded to AAA Electrical Services hereinafter designated as the in the City of Newport Beach, in strict conformity Specifications and other contract documents on file in the the City of Newport Beach, , a contract for T ith :the Drawings and office of the City Clerk of W EREAS, said Principal has executed or is about and the terms thereof require the furnishing of a bond with that if said Principal or any of his or its subcontractors, materials, provisions, or other supplies used in, upon, for c of the work agreed to be. done, or for any work or labor do the Surety on this bond will pay the same to the extent here NOW, THEREFORE, We cecute said contract contract, providing fail to pay for any ut the performance ,ereon of any kind, !r set forth: as Principal, as Surety, are held firmly bound unto the City of Newport Beach, in the sum TFlO— HENDR2 EIGHTY -SIX TeOWD sz%- aoxnx*n **-Dollars( Qom), SI%1R -SIX AND 50 100 * * * * * * * * ** * * ** 286.666.5 * * ** said sum being equal to 100% of the estiulated amount �* payable by the, City of terms Newport Beach under the of the contract, for whichlpayment well and truly made, we bind ourselves,, our heirs, executors and admisusirators, successors or. assigns, jointly and severally, firmly by these presents. THE CONDITION OF TkRS OBLIGATION IS S bounden. Principal or his subcontractors, fail; to pay for an other supplies, used in, upon, for, or about the performan to be done, or for any other work or labor thereon of any under the Unemployment Insurance Code with respect b the Surety or Sureties will pay for the same, in an amour specified in the bond, and also, in case suit is brought up4 attorney's fee, to be fixed by the Court as required by the 1 of the Civil Code of the State of California ' Hi that if the above taterials, provisions or of the work contracted id, or for amounts due ich work or labor, that tot exceeding the sum the bond, a reasonable visions of Section 3250 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 this bond as required by the provisions of Section 3247 et seq. of the Civil Code 'of the State of California. And said Surety, for value received, hereby stipulates and agrees that n o 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 tune, alterations or additions to the terms of the contract or to the work or the specifications. In the event that any principal above named exeEuted - 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 ezfcuted by the Principal and Surety above named, on the9.TH day of October, 1996. AAA tiectrical Ser*ices (Seal) Name o� Contractor (Pr al)' Authorized Signature and Sritle- Authorized Signature andttle f NAC REINSURANCE CORPORATION (Seal) r N�i4ASRFORT .BLVD }1414 LOS ANGELES,'CA 90045 Addreess3.49 Surety Signature and Tithe of Authoex4d Ag D. W140VAS GOETZ. ATTORNEY-IN-FACT 9841 AIRPORT BLVD; #1414,'LOS ANGELES�LCA Address of Agent (310)649 -0990 Telephone Number of Agent 90045 CALIFORNIA ALL- PURPOS State of California County of Los Angeles MENT On 10/29/96 before me, B Caindec Dale Name arM Title of Officer (e.g.. 'Jane Doe, Notary Public") personally appeared D. Donovan Goetz flannels) of Signer(s) [$personally known to me – to be the person(s) whose name(s) is/amsubscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/herftheirauthorized capacity(ies}, and that by his /henitttetfsignature(s) on the instrument the persorr(s), or the entity upon behalf of which the person(s�-acted, exe 1 ted the instrument. ' B CAJNDEC .• ., WITNESS my harrd[`and OPTIONAL Though the information below is not required by law, it may prove valuable persons relying on the document and could prevent fraudulent removal and reattachment of this. rm to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ie#Claimed by Signer(s) Signer's Name: D. Donovan Goetz • Individual • Corporate Officer Title(s): • Partner —❑ Limited ❑ General I Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: NAC REINSURANCE CORPORATION RIGHT THUMBPRINT OF SIGNER Signer's Name: ❑ Individual 'M Number of Pages: Corporate Officer Title(s): Partner —❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 1995 National Notary AsaocJation • 8296 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91 30 9 71 5 4 Pme. No. 5907 Roomer. Call Tol -Frea 14)00-876 -8827 �C REINSURANCE CORPORATION• No. N56 -43 POWER OF ATTORNEY �Krtvfxr all +Xen by these resents: that NAC REINSURANCE CORPORATION, a New York corporation (the 'Corporation'), with offices al One Greenwich Plaza. Greenwich, Connecticut, 06836, has made, constituted and appointed, and by these presents, does make. Constitute and appoint S. Baumgarten, A.T. Faust, Leon B. Back, Jr., D. Donovan Goetz, Christine L. Wolfe, R.D. James its tore and lawful Ahomey(s)- in -Fad, at LQS Angeles . , , in the Stale of California, . . _ and each of them to have lull power to act withoul the other or others, to make, execute and deliver on its behalf, as Surety or Co-Surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, execoled and delivered shall obligate the Car _ r any portion of the penal sum thereof in excess of the sum of 2,000.000. ) bonds and u Berta 'ngr�o said purposes, when duly ezecoled by said Atto ney(s }In -Fad, shall be binding upon me Corporation as fully and to the same extent as it signed by IM President of U the raciy�p der its a seal attested by its Corporate Secretary. Z 1929 Z * isl! a chide by authority of certain resolutions adopted by the Board of Directors of fix Corporation at a meeting duty called and held on the 13th day of March. 1995. a copy of meyrshall expire and all authority hereunder shall terminate without notice at midnight (Standard Time where said Altomey(s}in-Fact is authorized to ad), ........... .19.97. IN WITNESS WHEREOF, the Corporation has caused these presents to be duty signed and its corporate seal to be hereunto affixed and attested this 23rdday of , July. . . . . 19 .96 . , at Greenwich, Connecticut. (Corporate Seal) RAC REINSURANCE CORPORATION I . By )'Lo�. :i, . aG. O.-� Robert H. McFadden 'Zr A. Z%ddy, Second Vide President Assistant Vice President Awsald July ,19.96. before me personally name . , . . . . . . . . to me known, who being by me duly swam, did depose and say that (s)e resides in . . . . . . . . . . . . . .. mat (s)he is a . Second Vice PresidendNAC REINSURANCE CORPORATION, ch executed the above instrument; that (s)he knows the sal of said corporation; mad the seal affixed to aid insWment is such corporate seal; that it was so affixed corporation. and fat (s)he signed his(her) name 9areto by like order. ',r/ / (Notarial Seal) ``','y/ �i��� . i,at)rlel G.. _Canino Notary Public CERTIFICATE tiA�R1�EjL,([,�� STATE OF CONNECTICUT ss: womir 1WILIM COUNTY OF FAIRRaD I, Cathy. A., Hauck . . . . . . . . . . . . . . . . . .the $eQond.Vice . President . . . . of NAC REINSURANCE CORPORATION, a New York corporation (the 'Corpondion), hereby certify: Associate General Counsel 1. That the original power of abomey of which the foregoing is a copy was duly executed on belalt of the Corporation and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof wth the original power of attorney, and that the same is a true and coned copy of the anginal power of attorney and of the whole demi U ions which were adopted by the Board of Directors of the Corporation at a meeting duly Called and held on Mamn 13,1995, which resolutions have not sine been revoked, 9A O� TF O Q' 'RE IV Gpt of 9 'duals named below is authorized to make, execute, seal and deliver for and on bdall of the Corporation any and all bonds, undertakings or obligations in Surety or Co- 53�1(rdl 0 z 1929 a wYOP _ *n J. Noll Laura A. Shanahan Douglas M. Rotrano Mary A. Roddy RESONEQ,-FliRi . that each of de individuals named above is authorized to appoint Aftomeys -m-Fad for the purpose of making, executing, sealing and delivering bonds, undetakings of obligations in Surety or Co -Surety for and on behalf of the Corporation.- 3. The undersigned further certifies Via the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto sot my lard and affixed the corporate seal this 297 . _day of OCTOBE�R/ (Corporate Seal) Hauck oly v thy Bgsd # 25178 PWum: j6,733.33 F MJTn P FORM N BOND' "EXECUTED IN TRIPLICATE" KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beady State of California, by motion adopted October 29 .1996 has awarded to AAA :Electrical Services hereinafter designated as the "Principal ", a contract for BALBOA ISLAND STREET LIGHT REPLAMENT PROMCr - PHASE 11 CONTRACT NO. C -3109 i 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 tb execute said contract and the terms thereof require the furnishing bf a bond for the faithful performance of said contract; NOW, THEREFORE, We, AAA Electrical Services as principal NAC REINSURANCE CORPORATION as Surety, are held and firmly found unto the City of Newport Beach, iu the sum of TWO-HUNDRED EIGHTY -SIX THOUSAND SIX - HUNDRED Dollars ($786.666_'50 * * * *4. said sum being equal to 1009/6 of the estimated amount of th contract, to be paid to said City or. its certain attorney, its successors; and assigns; f r which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firstly by these presents. THE CONDITION OF THIS OBLIGATION IS SU bounden Principal, his or its heirs, executors; administrator shall in all things stand to and abide by, and ;well and trul, covenants; conditions and agreements in said contract an4 .made as therein provided on his or their part,: to be kept an and in the manner therein specified, and in all respects intent and meaning, and shall indemnify and save harmh Beach, its officers and agents, as. therein stipulated, then. this H,'that if the above , successors or assigns, keep and perform the a"" alteration thereof, performed at the time null and void; otherwise it shall'remain in full force and virtue. to their true r of Newport shall become a 0 And said Surety, for value received,; hereby stipulates • and agrees . that no change, extension of time, alterations or additions to the teams of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension .of time, ;alterations or additions of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of anyi such principal; shall not exonerate the Surety from its obligations under This bond. IN WITNESS W MEOF, this instrument has beep -duly executed by the Principal and Surety above named, on the 29TH day of October, 1996. AAA Electrical Services (Seal) Name of Contract or (PririFipel) 1 � 1!1'Ar T. AM, Authomed Signature and Title Authorized Signature and Title MAC OINSDRANCE CORPORATION ($e3l) Name of Surettyy 9841AIRPORT BLVD 11414 LOS ANGELES, CA 90045 Address of Surety P ! y Signature and Title of AuthoAzea Ag D• DONOVAN.GOETZ, ATTO) —IN —FACT 9841 AIRPORT BLVD 11414,. IOS ANGELES, CA 90045 Address of Agent K310)649 -0990 Telephone Number of Agent CALIFORNIA State of California County of Los Angeles On 10129/96 before me, B Caindec Oafs Name ano TNe of Offer (e.g.. 'Jane Oce. Notary Public) personally appeared D. Donovan Goetz C$ personally known to me - to be the persons) whose name(s) isfaresubscribed to the within instrument and acknowledged to me that hefsheRhey executed the same in his/herkheirauthorized capacity(ies} and that by his /herkhen`signature(s) on the instrument the personH, or the entity upon behalf of which the person(t- acted, executed the instrument. OPTIONAL — Though the information below is not required by law, it may prove valuable to fraudulent removal and reattachment of thx_�m Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(festClaimed by Signer(s) Signer's Name: D. Donovan Goetz ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner —❑ Limited ❑ General C5 Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: NAC REINSURANCE RIGHT THWEIPRINT OF SIGNER NMI seal. sons relying on the document and could prevent another document. Signer's Name: ❑ ❑ El Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: T T HUMBPRINT OF SIGNER 0 1995 Natiorul Nomry Association • 8236 Remmel Ave.. P.O. Box 7184 • Canoga Park. CA 91309 -71 BS Pma. No. 5907 Re w.. Cau Tod -Free 1.800 - 876 -6827 JAX Comnrrr WITNESS my _ riln avo W Corm SOW May 2+.20M OPTIONAL — Though the information below is not required by law, it may prove valuable to fraudulent removal and reattachment of thx_�m Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(festClaimed by Signer(s) Signer's Name: D. Donovan Goetz ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner —❑ Limited ❑ General C5 Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: NAC REINSURANCE RIGHT THWEIPRINT OF SIGNER NMI seal. sons relying on the document and could prevent another document. Signer's Name: ❑ ❑ El Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited ❑ General Attomey -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: T T HUMBPRINT OF SIGNER 0 1995 Natiorul Nomry Association • 8236 Remmel Ave.. P.O. Box 7184 • Canoga Park. CA 91309 -71 BS Pma. No. 5907 Re w.. Cau Tod -Free 1.800 - 876 -6827 �C REINSURANCE CORPORATION. POWER OF ATTORNEY NO N56 -42 �Kna6o all 4Fen bq these Vreseas3s: that NAC REINSURANCE CORPORATION, a New York corporation (the *Corporation'), with offices at One Greenwich Plaza, Greenwich, Comkcdcut, 06836, has made, constituted and appointed, and by these presents, does make, constitute and appoint S. Baumgarten, A.T. Faust, Leon B. Back, Jr., D. Donovan Goetz, Christine L. Wolfe, R.D. James its Ire and lawful Aaonley(s} In -Fact, at Los Angele$ . , , in the State of California. , . , . and each of them to have lull power to act without the other or others. to make, execute and deliver on its behalf, as Surety or Co-SuW,, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aloruaid renewals. extensions, agreements, waivers. consents or stipulations retatirg to such bonds Of undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Cor r any portion of the penal sum thereof in excess of the sum of . .. . .. . ....... . .. .... .. .. . . .. ... .... .. . Dollars (E .2, 000,, 000 .... . ). T urn Ionds ono u Dena nMjo said Purposes, when duty executed by said Aftorney(s }In -Fact, snail be binding upon the Corporation as fully and to the same extent as it signed by the President of G the rath er its r� seal alleged by !is Corporate Secretary. 2 1929 = * is�l�bihtment fe uk! by authority of certain resolutions adopted by the Board of Directors of he Corporation at a meeting duly called and held on Ina 13th day of March, 1995. a copy of QI Z oeefshall expire and all authority hereunder shall terminate without notice at midnight (Standard Time where said Attoney(s}tn -Fact is aulhorized to act), . . . . . . . . . . . .19.97. IN WITNESS WHEREOF, the Corporation has caused these presents to be duty signed and its corporate seal to be hereunto affixed and attested this 234dday of . July, . , . , , 19 .96 . , at Greenwich. Connecticut. (Corporate Seal) NAC REINSURANCE CORPORATION . By 0.. /G. C) . � . . . . . ��R""obert H. licFadden izry A �ddy, Second Vide President y ssastant Vice President 4wsaid July, .19.96. before me personally carne . . . . . . . . . . . . . . . . . . . . . . . . . tome know+, who being by me duty swumdid depose and say hat (s)ne resides in . . . . . . . . . . . . . , that (s)he is a . Second .Vice PresidentRAC REINSURANCE CORPORATION. ch executed the above bWrum nt that (s)he knows the seal of said corporation: that he seat affixed to said insWment is such corporate seal: Hal it was so affixed corporation, and that (s)ne signed his(her) name thereo by litre adec (Notarial Seal) Gab =1 G. Notary Public �. Gi' CI► 1� STATE OF CONNECTICUT ss: CERTIFICATE tiA COUNTY OF FAIRFIELD I. Cathy, A., Hauck . . . . . . . . . . . . . . . . . . he $econd . Vice .P.reSiagUt . . . . of NAC REINSURANCE CORPORATION, a New York Corporation (the - Corporation), hereby celity: Associate General Counsel 1. Thal he original pow of attorney of which the foregoing is a copy was duty executed on behalf of IM Corporation and has not since been revoked, amended or modified: that the undersigned has compared ore foregoing copy hereof with he original power of attorney, and that he same is a Ire and correct copy of the odginal power of attorney and of he whole hereof: dons which were adopted by he Board of Directors of the Corporation at a meeting duly called and held on March 13,1995, which resolutions have not since been revoked. Kod Yo named below is authorized to make, execute, seal and deliver for are on behalf of the Corporation any and all bonds, undertakings or obligations in Surety or Laura A. Shanahan Douglas M. Rohano Mary A. Roddy RESbtvED fNER, that each W he individuals named above is authorized to appoint Attorneys- in-Fact for the purpose of making, executing, sealing and delivering bonds, u cla takings or obligations in Surety or Co-Surety for and on behalf of the Corporation 3. The undesigneo turner certifies that the above resolution are mull and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hemuto salary hand and affixed the corporate seal this . 29TH nay of OCTOBER ig 96 (Corporate Seal) thy �: Hauck ;A&kTlff C-AtO MkN_ PRODUCER COMPANIES AFFORDING COVERAGE FICA INSURANCE SERVICES, INC. COMPANY A UNITED NATIONAL INS. CO. P. 0. BOX 7368 LETTER ORANGE, CA. 92863-7368 COMPANY B NATIONAL AMERICAN INS. CO. OF CAI. LETTER INSURED COMPANY C AAA ELECTRIC SERVICES LETTER COMPANY D 5566 E. LA PALMA AVE. ILETTER ANAHEIM, CA. 92807 COMPANY LETTER COVERAGES, t, -War,- �. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED 08 MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. :0 POLICY 1 EFFECTIVE EXPIRATION TYPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE 1 52,000,000. COMMERCIAL COMPREHENSIVE L 710 8234 :4/25/96 4/25/97 PRODUCTS/COMPLETED 1 5110001000. OPERATIONS AGGREGATE OWNERS & CONTRACTORS I PERSONAL INJURY i sl'ooO'OOo- PROTECTIVE CONTRACTUAL FOR SPECIFIC CONTRACT PRODUCTS/COMPLETED OPERATION EACH OCCURENCE S1,000,000. jf l XCU HAZARDS _� BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE 50,000. (ANYONE FIRE) P. I. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES $ 5,000. REMOVED MMARINE (ANY ONE PERSON) .AUTOMOBILE LIABILITY COMBINED L $ SINGLE LIMIT 1,000, G ANY AUTO BODILY INJURY ALL OWNED AUTOS NAC20 00611 8/16/96 8/16/97 RS (PER PERSON) 6 SCHEDULED AUTOS I I 0 Y I BODILY INJURY $ HIRED AUTOS (PER ACCIDENT) (PER CCI NON-OWNED AUTOS PROPERTY GARAGE LIABILITY DAMAGE S EXCESS LIABILITY EACH AGGREGATE OCCURENCE UMBRELLA FORM $ $ OTHER THAN UMBRELLA FORM iii STATUTORY WORKERS' COMPENSATION $ EACH ACCIDENT & S DISEASE-POLICY LIMIT EMPLOYERS' LIABILITY $ DISEASE -EACH EMPLOYEE OTHER S DESCRIPTION OF OPERATIONS / LOCATION S/VEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT.* BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE IT, CONTRACT ON. C-3102 PROJECT TITLE AND CONTRACT NUMBER CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGES HALL PROVIDE MINIMUM ADVANCE NOTICE TO THE CITY OF IDE 3 A 3300 NEWPORT BOULEVARD NEWPC� BY FIRST Clo'%'.YMAIL NEWPORT BEACH, CALIFORNIA 92658-8915 A/ ATTENTION: Michael J. Sinacori AUTHOR �R4VdfrA�VE ISSUE DATE 0 0 • •M Ca ••I � It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded 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 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 this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ 1.000.000 per person Bodily Injury Liability $ 11000,000 per accident Property Damage Liability $ 1.000.000 [X j Combined Single Limit Bodily Injury Liability $ 1.000,000 and Property.Damage Liability 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 excess of the limits of liability stated in the policy as applicable 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. Designated Contract: BALBOA ISLAND D STREET LIGHT REPLACEMENT -PHASE I1 C -3109 Project Title Contract No. This endorsement is effective Policy No. NAC 2000611 OCTOBER 21, 1996 at 12:01 A.M. and forms part of of NATIONAL AMERICAN INSURANCE CO. OF CALIFORNIA (Company Affording Coverage) Insured AAA ELECTRIC SERVICES Endorsement No. Issuing Company NATIONAL AMERICAN INS. CO. By r/z4u, utho ' ed R pres native) 0 It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and to 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 claim is made or suit is brought, except with respect to the limits of the 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 contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of Liability under this endorsement for the additional insured(s) named in paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence' basis: ( J CommercialkA Comprehensive General Liability $ 11000.000 each occurrence $ 1.000 000 each occurrence The applicable limit of the 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 coverage 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. 6. 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: BALBOA ISLAND STREET LIGHT REPLACEMENT' -PHASE II C -3109 Project Title Contract No. This endorsement is effective OCTOBER 21, 1996 at 12:01 A.M. and forms part of Policy No L 710 8234 of UNITED NATIONAL INSURANCE COMPANY (Company Affording Coverage) AAA ELECTRIC SERVICES Insured Endorsement No. Issuing Company UNITED NATIONAL INS. CO. By / �� Z;�, �Zr /t N , ( thori d Re rese tativel CONTRACT • Page 15 THIS AGREEMENT, entered into this 28th day of October, 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and AAA Electric Services, hereinafter "Contractor;' is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE 11 C -3109 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible 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: BALBOA ISLAND STREET LIGHT REPLACEMENT PROTECT - PHASE II C -3109 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 Two Hundred Eighty -Six Thousand Six Hundred Sixty-Six & 50/100 Dollars ($ 286,666.50) 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 obstructions 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 Endorsements(s) (f) Workers' Compensation Insurance Certification • • (f) Plans and Special Provisions for BALBOA ISLAND STREET LIGHT REPLACEMENT PROTECT - PHASE 11 C -3109 Title of Project (g) This Contract. Contract No. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage 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. �F- V ATTEST: l� Yt I -1 ✓�a�tl'�� LaVonne Harkless, City Clerk APPROVED AS TO FORM: CITY OF NEWPORT BEACH a municipal corporation -' John Hedges, Mayor CONTRACTOR: Zi��OOAZ� AAA ELECTRIC SERVICES Robin Clauson, ssistant City Attorney Name of Contractor (Principal) Mike Niknafs, Project Manager Authorized Signature and Title Page 16 i ).; POLICY HOLDER'S COPY • • Page 17 "I am aware of the provisions of Section 3700 of the Labor Code which requires 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." /O ZJ9 _ Date AAA ELECTRIC SERVICES Name of Contractor (Principal) Mike— ilm1 afs, Project Manager BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT -PHASE H C -3109 Title of Project Contract No. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 F. J. Johnson, Inc. Post Office Box 8438 Anaheim, California 92812 -0438 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase II (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC/ AAE City Clerk 3300 Newport Boulevard, Newport Beach • • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, F. J. Johnson, Inc. as bidder, and Merchants Bonding Company (Mutual) as Surety, are held and firmly bound unto the City of Newport. Beach, California, in the sum of Ten Percent of the Total Amount Bid in Dollars ( $ °°, 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 BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT --PHASE II C -3109 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it 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 2nd day of 1996. lobied7[�G Oc Oc ober (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission Expires F. JA JOHNSON, INC. Bidder Authorized Signature and Title Surety 0 . Milanen t L ` • • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On October 2, 1996 beforeme, Sheila K. McDonald Notary Public Due Notary personally appeared James W. Moilanen Name of Siga1(s) ® personally known to me - OR - ❑ SHEILA K MC DONALD- It `v 4i��C ' CONIN1. #1090412 � o'.. :j NOTAaY PGOLIGCALIFORNIA ORANGE COUNTY tv ]I MY COMMISSION EXPIRES MARCH 15. 2000 proved to me on the basis of satisfactory evidence to be the person(s) whose the person(s) whose name(s) is/are subscnbed to the within instrument and acknowledged to me that he/sheAhey executed the same in his /her /their authorized tapacity(ies), and that by his/her /their signature(s) on the instrument the person(s) or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Tbo* the dsa below is not,evacd by Inv, a may prove valuable to pavan eelyiog on the doo o aM mold P, Baudulue ma dunmt of Otis fo= CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ rNDIVIDUAW) ❑ CORPORATE OFFICERS) ❑ PARTNER(S) ❑ t DM= ❑ GENERAL ® ATrORNEY•IN.FACT ❑ TRUSTEE(S) ❑ GUARDIAN=NSER1 ❑ OTHER: TrrIB OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR Vn=(IES) SIGNER(S)OTHERTHAN NAMED ABOVE #x9669 Me %hants Bonding Comppfy (MUTUAL) POWER OF ATTORNEY , _ Know All Men By These Presents. that the MERCHANTS BONDING COMPANY (MUTUAL). a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines. County of Polk, State of lovva. hash made, constituted and appointed, and does by these presents make, constitute and appoint ** *MICHAEL PARIZINO ** *JAMES W. MOILANEN ** *JOHN M. GARRETT * ** ** *JUDITH K. CUNNINGHAM * * *JANINA BEAUDRY ** *LOURDES LANDA * ** of SANTA ANA and State of CA its true and lawful Attorney -'m -Fact, with fun power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings. recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: ** *TWO HUNDRED FIFTY THOUSAND DOLLARS ($250,000.00) * ** and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANT'S BONDING COMPANY (MUTUAL), and all such acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated Bylaws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on October 3. 1992. ARTICLE II, SECTION 8. —The Chairman of the Board or President or any Vice President or Secretary shall have power and author. ity to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond. undertaking. recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its Vice - President and its corporate seal to be hereto affixed, this 26th day of July 19 95 '••NG CO '• MERCHANTS BONDING COMPANY (MUTUAL) O ?�\ IN P 0'9' •z: y; 1933 ; c, STATE OF IOWA COUNTY OF POLK ss By /10CV7 On this 26th day of Jul ,19 9 j , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say tha& is Vice - President of the MERCHANTS BONDING COMPANY (MUTUAL), the corporation described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. STATE OF IOWA COUNTY OF POLK ss. : J�yL. McO � %.. • Z Z IOWA �. Off.'••.....:.. .• 401 A� O�U4 eA`o� Notary Public, Polk County, Iowa My Commission Expires 2 -19 -98 I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY, executed by said MERCHANTS BONDING COMPANY (MUTUAL), which is still in force and effect. In Witness Whereof, I have hereunto set y hand and aff ed the Seal of the Company on this 2nd day of Octo9er 191 99. . 0o�o\RPO9Or�l`�� 9f.Z�: This Power -of- Attorney expires 12 -31 -97 :I­;? _o_ r^: •z: 0:3• MSC oe 14 • a' 1933 ; C c• N. N 0) 00 ob -2 Ln co � > 00 Cl x H C U U z a. Q.) z (o 0 0 rld 0 rn -0 A FN 0 U)i Tfro •0 ruluzoo •iCiH4m - OZ (M or� ruuizzol Cr4 (Mrjoo 114 C. ozou ML) to 0 Inz-XUH oc I cr Iti cl, Z:)I)Ox co a v- Oct C') OlUILOZ )GI W X w 0 — 0 co m C) 00,3 U) Co 0 c LL C < ke 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Baxter - Griffin Co. 8210 Monroe Street Stanton, California 90680 -2612 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase lI (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 DBX Inc. 42066 Avenida Alvarado, Suite C Temecula, California 92590 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase II (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Computer Service Company Div. 4570 E. Eisenhower Circle Anaheim, California 92807 Gentlemen: (714) 644 -3005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase II (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, 1'0�" /?) . /Jar" LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach u E CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 F. J. Johnson, Inc. Post Office Box 8438 Anaheim, California 92812 -0438 Gentlemen: (714) 6443005 July 6, 1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase II (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach E 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Statewide Electric, Inc. 3201 -C Sturgis Road Oxnard, California 93030 Gentlemen: (714) 644 -3005 July 6,1998 Thank you for your courtesy in submitting a bid for the Balboa Island Street Light Replacement - Phase II (Contract No. 3109) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach IICLUVIIOIJAI �C : IM Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 until 2:15 o'clock p.m. on 8th day of Octobe r, 1996, at which time such bids shall be opened and read for: BALBOA ISLAND STREET LIGHT REPLACEMENT - PHASE II Title of Project /O� H� V C-3109 Contract No. S256,000 Engineer's Estimate ��` PO R14% n Z, Approved by the Public Works Department this 4th day of September, 1996 Mic J inacori, P.E. h t tes Engineer Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915 For further information, call Michael I. Sinacori at (714) 644 -3011. Project Manager CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT - UTILITIES BALBOA ISLAND STREET LIGHT REPLACEMENT PHASE II CONTRACT NO. C -3109 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. C -3063 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes, patent rights or royalties shall be included in the prices quoted in this proposal. SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 1. 57 EA. Remove existing street light standard and install new Contractor - furnished 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including PEC, fusing, conduit, and conductors from adjacent pull box to luminaire for the unit price of: One Thousand Eight Hundred Dollars and No Cents $1.800.00 $102,600.00 Per Each P -1a SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 2. 6 EA. Install new Constractor - furnished 10' fiberglass street light standard complete with 50 -watt HPS luminaire, including new foundation per City Standard Plan STD 205 -L, PEC, fusing, conduit and conductors from adjacent pull box to luminaire for the unit price of: Two Thousand Dollars and No Cents $ 2.000.00 $12,000.00 Per Each 3. 1 EA. Furnish and install service cabinet, including 21/z" PVC conduit to Edison feed pole and service connection for the unit price of: Two Thousand Dollars and No Cents $ 2.000.00 $ 2,000.00 Per Each 4. 9,800 L.F. Furnish and install 11/4" PVC conduit with 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: Eieht Dollars and Seventy-Five Cents $ 8.75 $ 85,750.00 Per Linear Foot 5. 1,500 L.F. Furnish and install 11 /a" PVC conduit with 4#8 insulated conductors and 1 #8 bare conductor for the unit price of: Nine Dollars and Fifty Cents $ 9.50 Per Linear Foot P -lb $14,250.00 One Dollars and Forty -Five Cents $1.45 $1,305.00 Per Linear Foot 8. 170 L.F. Furnish and install 448 insulated conductors and 1 #8 bare conductor in existing conduit for the unit price of: One Dollars and Ninety -Five Cents $1.95 $ 331.50 Per Linear Foot 9. 200 L.F. Remove existing series conductors and install pull rope for the unitprice of: One Dollars and Fifteen Cents $1.15 $ 230.00 Per Linear Foot 10. 50 EA. Remove existing pull box. Remove existing conduit and conductors within existing pull box area, and restore surface to match adjacent area for the unit price of: Two Hundred Fifty Dollars and No Cents $ 250.00 $12.500.00 Per Each P -lc SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 6. 3,200 L.F. Furnish and install 11/4" PVC conduit and pull rope for the unit price of: Nom— Dollars and No Cents $ 9.00 $ 28.800.00 Per Linear Foot 7. 900 L.F. Furnish and install 2 #8 insulated conductors and 1 #8 bare conductor for the unit price of: One Dollars and Forty -Five Cents $1.45 $1,305.00 Per Linear Foot 8. 170 L.F. Furnish and install 448 insulated conductors and 1 #8 bare conductor in existing conduit for the unit price of: One Dollars and Ninety -Five Cents $1.95 $ 331.50 Per Linear Foot 9. 200 L.F. Remove existing series conductors and install pull rope for the unitprice of: One Dollars and Fifteen Cents $1.15 $ 230.00 Per Linear Foot 10. 50 EA. Remove existing pull box. Remove existing conduit and conductors within existing pull box area, and restore surface to match adjacent area for the unit price of: Two Hundred Fifty Dollars and No Cents $ 250.00 $12.500.00 Per Each P -lc 0 SCHEDULE OF WORK ITEMS ITEM APPROXIMATE UNIT TOTAL NO. QUANTITY DESCRIPTION PRICE AMOUNT 11. 132 EA. Furnish and install pull box per City Standard Plan STD 205 -L for the unit price of: One Hundred Fifty Dollars and No Cents $150.00 $19,800.00 Per Each 12. 4 EA. Remove existing street light standard and foundation, and restore surface to match adjacent area for the unit price of: Five Hundred Dollars and No Cents $ 500.00 $ 2.000.00 Per Each 13. L.S. Relocate existing signs to new street light standards for the unit price of: One Thousand Five Hundred Dollars and No Cents Lump Sum Lump Sum 14. 600 S.F. Remove sidewalk and install new for the unitprice of: Six Dollars and No Cents $ 6.00 Per Square Foot Total Price in Written Words: Two Hundred Tht EiEi y -Six Thousand Six Hundred Sixty -Six Dollars and Fiftv Cents P -ld 11 11 AN .0� 11 $ 286.666.50 Total Price 0 0 Bidder's Name AAA ELECTRIC SERVICES Bidder's Address 5566E LA PALMA AVENUE ANAHEIM CA 92807 Bidder's Telephone Number (714) 281 -6828 Contractor's License No. & Classification 719094 C -10 2/21/98 October 7,1996 Date Expiration Date 4 /MIKE IKNAFS OjECTMANAGI Authorized Signature & Title P -le • 0 Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accord with the "NOTICE INVITING BIDS ". 1.PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less 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 responsible for bidder errors and omissions in the PROPOSAL. In accord 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. 719094. C -10 AAA ELECTRIC SERVICES Contr's Lic. No. & Classification Bidder October 7. 1996 S/dNIKa . AF S. OJECT MANAGER Date Authorized Signature and Title 0 • 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 accord 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 accord with State law. Subcontractor Address Subcontract Work Cal -West Concrete 1. Concrete Cutting Co 5578E La Palma Ave Cutting & Boring Anaheim, CA 9207? 2. E 7 1 AAA ELECTRIC SERVICES Bidder S /MIKEAFS. PROJECT MANAGER Authorized Signature and Title • 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, AAA ELECTRIC SERVICES, as bidder, and AMERICAN CONTRACTORS INDEMNITY COMPANY, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID Dollars ($ 1T%), 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 BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE B C -3109 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it 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 4TH day of October, 1996. (Attach acknowledgement of Attorney -in -Fact) CERTIFICATE ATTACHED Notary Public, #1107311 Commission Expires 8/26/2000 AAA ELECTRIC SERVICES Bidder S /MIKE NIKNAFS, PRO CT MANAGER Authorized Signature and Title AMERICAN CONTRACTORS INDEMNITY COMPANY Surety By: S /DWIGHT REILLY Title: ATTORNEY -IN -FACT • • Page 5 NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to or share with another person in any way or manner, any of the proceeds of the contracts sought by this bid. AAA ELECTRIC SERVICES Bidder S /MIKE NIKNAFS. PROJECT MANAGER Authorized Signature and Title Subscribed and sworn to before me this 8 day of October, 1996. My Commission Expires: 11 -11 -99 S /ALSON COTTRELL Notary Public, #1075893 0 • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No 1996 City of Irvine Don Wright (714) 724 -6561 (Traffic Sig. Fiber Optic Interconnect) 1996 City of Anaheim Sean Razmy (714) 254 -5176 1996 City of Westminster Peter Mackprang (714) 898 -3311 (Traf. Sig. & Interconnect) 1996 City of Brea (St. Ltg.) John Hogan (714) 990 -7666 1995 City of Anaheim (Traf. Sig.) Chuck Smith (714) 254 -5176 1994 City of Inglewood (Traf. Sig.) Bob Parvizi (310) 412 -5111 1994 City of Walnut (Traf. Sig.) Bob Morgastren (909) 594 -9702 1994 City of Westminster (Traf. Sig.) Peter Mackprang (714) 898 -3311 AAA ELECTRIC SERVICES Bidder S /MIKS. P OTECT MANAGER Authorized Signature and Title 11 NOTICE • Page 7 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 the 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) WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17) 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, and (3) meeting the Policyholder's Rating and Financial Size Category criteria in the paragraph below. Insurance Companies affording coverage and sureties issuing bonds 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 VII (or larger) in accord with the latest edition of Best's Key Rating Guide: Property Casualty, except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction except as modified by the Special Provisions. 1 ' d V # 25178 • mium: Included in Performance .r :• KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport BeaM State of California, by motion adopted October 29 .1996 has awarded to AAAkleatrical Services hereinafter designated as the 'T dncipal ", a contract for in the City of Newport Beach, in strict conformity with j the Drawings and Specifications and other contract documents bn file in the gffice of the City Clerk of the City of Newport Beach, WHEREAS, said Principal has executed or is about and the terms thereof require the furnishing of a bond with that if said Principal or any of his or its subcontractors, e materials, provisions, or other supplies used !in, upon, for c of the work agreed to be done, or for any wbrk or labor do the Surety on this bond will pay the same to.the extent here NOW, THEREFORE, We Electrical o execute said contract .aid contract, providing all fail to pay for any about the performance e t3tereon of any kind, tatter set forth: as Principal, as Surety, are held firmly bound unto the City, of Newport Beach, in f6e sum TWO - HUNDRED EIGHTY -SI% THOIIS SI%- 1D7NDR� SI%TY -SIX AND 50 100 * * * * * * * * ** * ** DOWS($ 286.666.5,0* *+s *l, said• sum being equal to 100% of the estimated amount 1: payable by the. City of Newport Beach under the terms of the contract; for whichlpayment well and truly made, we bind ourselves, our heirs, executors and administrators, successors or . assigns, jointly and seveially, firmly by these oreaents. jj THE CONDITION OF THIS OBLIGATION IS St bounden. Pri m' al or his subcontractors, fail; to pay for any other supplies, used in, upon, for, or about the performanc to be done, or for any other work or labor thereon of any under the Unemployment Insurance Code with respect to the Surety or Sureties will pay for the same, in an amour specified in the bond, and also, in case suit is brought upo attorney's fee, to be fixed by the Court as required by the p of the Civil Code of the State of California. CH that if the above materials, provisions or of. the work contracted ;Ind, or for amounts due such work or labor, that not exceeding the sum t the bond, a reasonable ovisions of Section 3250 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 this bond as required by the provisions of Section 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 the specifications. In the event that any principal above named exeeuted' 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 excuted by the Principal and Surety above named, on the 29TH day of Octobgr,1996. AAA i;lectrical Sertjices. (Seal) Name of Contractor (Principal)' Authorized Sigh tore and ;Title Authorized Signature and ;Title c BaNAAeeC 4EEuuIrN�eSURANCE CORPORATION (Seal) .:i4 N Yis4 ?f ART BLVD #1414 LOS ANGELES, GA 90045 Address of Surety Signature and Tide of Au x d Ag t D. DONOVAN GOETZ, ATTO IN —FACT 9841 AIRPORT BLVD. #1414,'LOS ANGELES,'GA Address of Agent (310)649 -0990 Telephone Number of Agent 90045 CALIFORNIA State of California County of Los On 10/29/96 before me, B Caindec Date Name and Title of Officer (e.g., -Jane, Doe, Notary Public) personally appeared D. Donovan Goetz Name(s) of Signer(s) C$ personally known to me – o be the person(s) whose name(s) isfaze subscribed to the within instrument and acknowledged to me that hefshefthey executed the same in his /herkheirauthorized capacity(ies}, and that by his /herkheir:signature(s) on the instrument the person(a), or the entity upon behalf of which the person(e)-acted, executed the instrument. WITNESS my hand apd_offigial seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ie#Claimed by SignerM Signer's Name: D. Donovan Goetz O Individual ❑ Corporate Officer Title(s): } ❑ Partner —❑ Limited ❑ General 4 Attorney -in -Fact • Trustee • Guardian or Conservator NNIMMSM ❑ Other: Top of thumb here Signer Is Representing: NAC REINSURANCE CORPORATION Signer's Name: Number of Pages: Individual Corporate Officer Title(s): Partner —❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER O 1995 National Notary Association • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 9139 -7180 Prod. No. 5907 Reoreer. Call Toll -Free 1- 800-876 -6827 C REINSURANCE CORPORATION No. N59 -039 POWER OF ATTORNEY �Rxrafn all 4Ren bg tljese Presents: hat NAG REINSURANCE CORPORATION, a New York corporation (the "Corporation -), with offices at One Greenwich Plaza, Greenwich, Connecticut, 06836, has made, constituted and appointed, and by these presents, does make, constitute and appoint S. Baumgarten, A.T. Faust, Leon B. Back, Jr., D. Donovan Goetz, Christine L. Wolfe, R.D. James its true and lawful Atlomey(s)- in -Fact, at LOS Angeles . . . in the State of California. and each of them to have full power to act without the other or others, to make, execute and deliver an its behalf, as Surety or Co- Surety; bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate the Cqgporafiuuar any portion of the penal sum thereof in excess of the sum of 77Dollars(E ?s000,000 ) uch bonds and u tlerta 'ngcs�o said purposes, when duly executed by said Adorney(s) -In -Fact, shall be binding upon the Corporation as fully and to the same extent as it signed by the President of U the or ratiA der Its orgr a seal attested by its Corporate Secretary. L 1929 Z Z x * is�l�Q ointment pa urWe ntl by authority of certain resolutions adopted by the Board of Directors of the Corporation at a meeting duly called and held on the 13th day of March, 1995, a copy of 1 er of A mcy shall expire and all authority hereunder shall terminate without notice at midnight (Standard Time where said Allorney(s) -in -Fact is authorized to act), July..1.. . .. .. .. ,19.97. IN WITNESS WHEREOF, the Corporation has caused these presents lobe duly signed and its corporate seal to be hereunto affixed and attested this 23rdday of July. , , . 19 .96 .. at Greenwich, Connecticut. (Corporate Seal) NAG REINSURANCE CORPORATION �m dy Se o � \� St,...0 . R0 'Robert H. McFadden By Mary A. ddy, Second Vi President Q AT F 11 TP siatant Vice President 0 TY OF FAIRFI On I rd y July, ,19.9(, before me personally came . . . . . . . . . . . . . . . . . . . . * Y, , , tome known, who being by me duly swum, did depose and say that (s)he resides in ..that(s)heisa . Second Vice PresidenitNAC REINSURANCE CORPORATION, nd which executed the above instrument; that (s)he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed hectors of said corporation, and that (s)he signed his(her) name thereto by like order. Vel ,,/ // /l(Notarial Seal) Gatir C. 0 Notary Public CERTIFICATE MEW STATE OF CONNECTICUT ss: �30 COUNTY OF FAIRFIELD I, Cathy,A., Hauck. . ... . ,the $gcond,Vice,rresident . . . . of NAG REINSURANCE CORPORATION, a New York corporation (the 'Corporation'), hereby certify. Associate General Counsel 1. That the original power of attorney of which the foregoing is a copy was duly executed on behalf of the Corporation and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with the original power of allomey. and that the same is a true and correct copy of the original power of attorney and of the whole thereof; 1hp'blxthgions which were adopted by the Board of Directors of the Corporation at a meeting duly called and held on March 13. 1995, which resolutions have not since been revoked, 'RE V t 1 ch of 0 _Ndlfilduals named below is authorized to make, execute, seal and deliver for and on behalf of the Corporation any and all bonds, undertakings or obligations in Surety or < Co -: z 19 ?.9 .z Elan y J. Kolt Laura A. Shanahan Douglas M. Rotrano Mary A. Roddy ,ten FIN Y o RtSULVEO.- FURTf1KIhal each of the individuals named above is authorized to appoint Ahomeys -in -Fad for the purpose of making, executing, sealing and delivering bonds, undertakings or obligations in Surety or Co- Surely for and on behalf of the Corporation.' 3. The undersigned turner certifies that the above resolutions are true and correct copies of the resolutions as so recorded and of the whole thereof. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this ?9171, .day of /J OCTOBER. �/ .19 96 (Corporate Seal) (...syccr thy Hauck r. -: ... y.,y. k ....:.. r �J.,.� ��_, ,- •. ISSUEDAIE(MM/D YY) COMPANIES AFFORDING COVERAGE (PRODUCER FICA INSURANCE SERVICES, INC. P. 0. BOX 7368 COMPANY UNITED NATIONAL INS. CO. A LETTER ORANGE, CA. 92863 -7368 COMPANY NATIONAL AMERICAN INS. CO. OF 6A. LETTER INSURED COMPANY AAA ELECTRIC SERVICES LETTER G COM.I,PANYD 5566 E. LA PALMA AVE. ANAHEIM, CA. 92807 COMPANY LETTER GO- �?ERr�GE$x �•` � t .,• � % s, ='.. . -� : ;.��J�i.J�: =�. .� `- ..� . � .`:._ ..;r:. ,,�,� , THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. I :o POLICY EFFECTIVE EXPIRATION TTY TYPE OF INSURANCE NUMBER DATE DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY (OCCURENCE BASIS ONLY) GENERAL AGGREGATE $2,000,000. COMMERCIAL COMPREHENSIVE L 710 8234 4/25/96 4/25/97 PRODUCTSICOMPLETED $1,000,000. IA X OWNERS &CONTRACTORS OPERATIONS AGGREGATE PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $1,000,000. CONTRACT EACH OCCURENCE $1,000,000. I PRODUCTS /COMPLETED OPERATION XCU HAZARDS BROAD FORM PROPERTY DAMAGE X SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE $ 50, 000. I P. I. WITH EMPLOYEE EXCLUSION (ANYONE FIRE) REMOVED MEDICAL EXPENSES $ 5 000. MARINE (ANY ONE PERSON) AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT , 000, ANY AUTO B ALLOWNEDAUTOS NAC2000611 8/16/96 8/16/97 PERIPERSON) I }{ SCHEDULED AUTOS HIREDAUTOS BODILY INJURY (PER ACCIDENT) !EACH NON -OWNED AUTOS PROPERTY DAMAGE GARAGE LIABILITY EXCESS LIABILITY AGGREGATE RENCE UMBRELLA FORM OTHER THAN UMBRELLA FORM $ WORKERS' COMPENSATION STATUTORY $ EACH ACCIDENT & $ DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY $ DI SEASE-EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES /RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT; BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE H. CONTRACT ON. C -3109 PROJECT' TITLE AND CONTRACT' NUMBER ,�'Dy''��jQQ��(/+�ee .. .''t. 0. ... �'� �1. 4Y�Q n. �'1✓"Y.1!ME',T` .. Er. ., ..j... iR F w ✓iA ... l %.a CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING 3300 NEWPORT BOULEVARD COVERAGE SHALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEV✓Ppp�/yT g�A Fii BY FIRST C 8S MAIL. NEWPORT BEACH, CALIFORNIA 92658 -8915 ATTENTION: Michael J. Sinacori .e z /'d 2-/ 67 AUTHOR R A ISSUE DATE 0 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded 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 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 this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ j Multiple Limits Bodily Injury Liability $ 1.000,000 per person Bodily Injury Liability $ 1.000,000 per accident Property Damage Liability $ 1,000.000 [X ] Combined Single Limit Bodily Injury Liability $ 11000,000 and Property Damage Liability 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 excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 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: BALBOA ISLAND STREET LIGHT REPLACEMENT -PHASE II C -3109 Project Title Contract No. This endorsement is effective OCTOBER 21, 1996 at 12:01 A.M. and forms part of Policy No. NAG 2000611 of NATIONAL AMERICAN INSURANCE CO. OF CALIFORNIA (Company Affording Coverage) Insured AAA ELECTRIC SERVICES Endorsement No. Issuing Company NATIONAL AMERICAN INS. CO. By utho' ed pres native) • • CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and ro 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 claim is made or suit is brought, except with respect to the limits of the 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 contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [ ] Commercial(KA Comprehensive General Liability $ 1.000,000 each occurrence $ 1,000.000 each occurrence The applicable limit of the 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 coverage 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. 6. 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: BALBOA ISLAND STREET LIGHT REPLACEMENT -PHASE II C -3109 Project Title Contract No. This endorsement is Policy No.L 710 8234 OCTOBER 21, 1996 at 12:01 A.M. and forms part of Of UNITED NATIONAL INSURANCE COMPANY (Company Affording Coverage) AAA ELECTRIC SERVICES Insured Endorsement No. Issuing Company UNITED NATIONAL INS. CO. By (� thori d Re rese tative) • CONTRACT • Page 15 THIS AGREEMENT, entered into this 28th day of October, 1996, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and AAA Electric Services, hereinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE II C -3109 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible 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: BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE II C -3109 Tide 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 Two Hundred Eighty -Six Thousand Six Hundred Sixty -Six & 50/100 Dollars ($ 286.666.50) 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 obstructions 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 Endorsements(s) (f) Workers' Compensation Insurance Certification • • (f) Plans and Special Provisions for BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT - PHASE I I C -3109 Title of Project Contract. No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage 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. r W ATTEST: u LaVonne Harkless, City Clerk APPROVED AS TO FORM: Robin Clauson, Assistant City Attorney CITY OF NEWPORT BEACH a municipal corporation t John Hedges, Mayor CONTRACTOR: AAA ELECTRIC SERVICES Name of Contractor (Principal) Mike Niknafs, Project Manager Authorized Signature and Title Page 16 STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142 -0807 COMPENSATION INSURANCE FUND :CERTIFICATE OF WORKERS' COMPENSATION INSURANCE OCTOBER 28, 1996 POUCY NUMBER: 1394.292 - 96 CERTIFICATE EXPIRES: 4 -`1 —97 r CITY OF NEWPORT BEACH PUBLIC WORKS :DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92658 JOB: ALL OPERATIONS L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer. We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the I policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded:.by the policies described herein is subject to all the terms, exclusions and conditions of such policies. AUTHORIZED REPRESI TATIVE' "' PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS:. $1,000,000 PER OCCURRENCE EMPLOYER r ANVARI, AMIR HUSHANG AND NIKNAFFS, MIKE DBA: AAA ELECTRICAL SERVICES 5566 E. LA PALMA AVENUE ANAHEIM, CA 9280T Page 17 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which requires 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 AAA ELECTRIC SERVICES Name of Contractor (Principal) Mike Niknafs, Project Manager BALBOA ISLAND STREET LIGHT REPLACEMENT PROJECT -PHASE II C -3109 Title of Project Contract No. Authorized to Publish Advertisements of all, kinds ing public notices by I • ` "?) p Dccree of the Superior Court of Orange County, G ornia. Number A•6214, Scplember 29, 1961, and A•24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. 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 clerk of the NEWPORT BEACH -COSTA MESA DAILY PILOT, a newspaper of general circulation, printed 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 printed and published on the following dates: September 12, 18, 1996 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on September 18 1 199 6 at Costa Mesa, California. Signature U PUBLIC NOTICE NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clark, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, Cali. fornia.92658 -8915 until 2:15 o'clock P.M. on 8th day of October, 1996, at which time such bids shall be PHASE II Contract No.: C -3109 Engineer's Estimate: 3256.000 Approved by the Public Works Department this 4th day of September, 1996 Michael J. Sinacori, P.E., Utilities Engineer Prospective bidders may obtain a set of contract documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658. 8015 For further information, call Michael J. Sinacori, at (714) 644.3011. Published Newport i8each -Costa Mesa Daily Pilot September 12, 18, 1996. ThW523, (; ,g,