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,