Loading...
HomeMy WebLinkAboutC-3318 - City Hall Electrical and Air Conditioning Upgrades• CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC May 14, 2003 Bay Shore Electric 2207 Anniversary Lane Newport Beach, CA 92660 Subject: City Hall Electrical Upgrades (C -3318) To Whom It May Concern: On May 14, 2003, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on June 28, 2002. The Surety for the contract is Indemnity Company of California, and the bond number is 830671P. Enclosed is the Faithful Performance Bond. Sincerely, a i H kcsit, , WCM C City Clerk LMH:lib cc: Public Works Department Michael J. Sinacori, P.E., Utilities Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 - www.city.newport- beach.ca.us • Issuesour original counterparts PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BOND NO. 830671P The premium charges on this Bond is $ 1,988.00 being at the rate of $ 25.00 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Bay Shore Electric, Inc., hereinafter designated as the "Principal ", a contract for construction of CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES, Contract No. 3318 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3318 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the. Principal, and Indemnity Company of California , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and. firmly bound unto the City of Newport Beach, in the sum of seventy -nine thousand, five hundred and no /100 Dollars ($79,500.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS.OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 0 • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way 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. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of fonnal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 11th day of July 2000. Bay Shore Electric, Inc. Name of Contractor (Principal) Indemnity Company of California Name of Surety 425 W. Broadway, #207, Glendale, Ca 91204 Address of Surety (818) 552 -6125 Telephone Signature 'Matthew C. Welty, Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 ALL - PURPOSE State Of CALIFORNIA County of RIVERSIDE On July 11, 2000 before me, VERONICA L. PRATT, NOTARY PUBLIC DATE NAME, TM-E OF OFFICER - E.G.. 'JANE DOE, NOTARY PUBLIC personally appeared MA=W C. WELTY NAME(S) OF SIGNER(S) ® 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 capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the " �2' ?i�f NC ?nfiY2UeJC- C:UFCnNiA � person(s) acted, executed the instrument. ^;:;�:`y� PIVE�SICE COLiJTY *� Gonm. gpilee A'Jg.28, 2002 Y.l WITNESS my hand and official se SIGNATURE OF NO RY 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 TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSONS) OR ENTrMIES) S 959D )4/94) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE June 28, 2002 C1TY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Bay Shore Electric 2207 Anniversary Lane Newport Beach, CA 92660 Subject: City Hall Electrical Upgrades (C -3318) To Whom It May Concern: On May 14, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on May 24, 2002, Reference No. 20020440558. The Surety for the contract is Indemnity Company of California, and the bond number is 830671P. Enclosed is the Labor & Materials Payment Bond. Sincerely, gyp J/ -V ��1/r` t t ! , LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Michael J. Sinacori, P. E., Utilities Engineer encl. 3300 Newport Boulevard, Newport Beach • Issu.,d in four original counterparts Premium included PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BOND NO. 830671P WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Bay Shore Electric, Inc., hereinafter designated as the "Principal," a contract for construction of CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES, Contract No. 3318 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3318 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We the undersigned Principal, and, Indemnity Company of California duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of seventy -nine thousand, five hundred and no /100 Dollars ($79,500.00), lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 0 PAGE 15 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 and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the I Ith day of Jury , 2000. Bay Shore Electric, Inc. Name of Contractor (Principal) Indemnity Company of California Name of Surety 425 W. Broadway, #207, Glendale, Ca 91204 Address of Surety (818) 552 -6125 Telephone Agent Signature ,Matthew C. Welty, Attorney in Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 w��- r�nrvae w�nnv��auamwcn � State of County of CALIFORNIA RIVERSIDE 0 On July 11, 2000 before me, VERONICA L. PRATT, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G.. 'JANE DOE. NOTARY PUBLIC' personally appeared MATTHEW C. WELTY NAME(S) OF SIGNERIS) ® 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 capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), -- -M or the entity upon behalf of which the person(s) acted, executed the instrument. I "s Mr se Zxz WITNESS my hand and official seal. SIGNATURE 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 ❑ PARTNER(s) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PER90N(S)OR ENTITYQES) S 9590 (4/90) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE fir • POWER OF ATTORNEY OF Ifs- EMNITY COMPANY OF CALIFORN.. AND DEVELOPERS INSURANCE COMPANY P.O. BOX 19725, IRVINE, CA 92623 • (949) 263 -3300 No- 046608 NOTICE: 1. All power and authority herein granted shall in any event terminate on the 31st day of March, 2002. 2. This Power of Attorney is void it altered or if any portion Is erased. 3. This Power of Attorney Is void unless the seal is readable, the text is in brown ink, the signatures are in blue ink and this notice is in blue ink. 4. This Power of Attorney should not be returned to the Attorneyls)-In -Fact, but should remain a permanent part of the obligee's records. KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY. do each severally. but not jointly, hereby make, constitute and appmnt ** *George J. Burchfiel, Matthew C. Welty,Veronica L. Pratt, Sue Burchfiel, jointly or severally * ** the true and lawful Attorney(s) -In -Fact, to make, execute, deliver and acknowledge. for and on behalf of said corporations as sureties. bonds, undertakings and contracts of suretyship in an amount not exceeding Ten Million Dollars ($10.000,000) in any single undertaking; giving and granting unto said Attorney(s) -In -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do. but reserving to each of said corporations full power of subshtubon and revocation; and all of the acts of said Attomey(s)- In- Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY, effective as of September 24,1986: RESOLVED, that the Chairman of the Board, the President and any Vice President of the corporations be, and that each of them hereby is, authorized to execute Powers of Attorney. qualifying the attorney(s) named in the Powers of Attorney to execute. on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any cenifiwte relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond. undertaking or Contract of suretyship to which It is attached. IN WITNESS WHEREOF, INDEMNITY COMPANY OF CALIFORNIA and DEVELOPERS INSURANCE COMPANY have severally caused these presents to be signed by their respective Presidents and attested by their respective Secretaries this 22nd day of December, 1998. INDEMNITY COMPANY OF CALIFORNIA DEVELOPERS INSURANCE COMPANY By .0 By .0 Dan F. Vincent!, Jr, Dante incenti, Jr. President ,lF•N yOx, Pi .dent ytytSUq�h ti q pqt c �QO po ,JC i? DCi. s a r AT o r MqR z7 � By A.'4u_Z:t� • AT �j y4vV(FL Walter Crowell Walter Crowell Secretary Secretary STATE OF CALIFORNIA ) ) SS. COUNTY OF ORANGE ) On December 22, 1998. before me, C. Hollister, personally appeared Dante F. Vincenti, Jr. and Walter Crowell, personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose rentals) 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. WITNESS hand and official seal. - C. HOLLISTER i ( G COMM. It 1192615 Signature 1. n Notary Public - California yy ORANGE COUNTY My Comm. Expires AUG. 11, 2002+ ✓ CERTIFICATE The undersigned, as Senior Vice President of INDEMNITY COMPANY OF CALIFORNIA. and Senior Vice President of DEVELOPERS INSURANCE COMPANY. does hereby certify that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore, that the provisions of the resolutions of the respective Boards of Directors of mid corporations set forth in the Power of Attorney, are in fmas of the d !tU f this CedificatgOOo illy LL This Certificate is executed in the City of Irvine, California. this day of INDEMNITY COMPANY OF CALIFORNIA - DEVELOPERS INSURANCE COMPANY •I /T /// //�_- ,qD /a'- - / /%/ V,p•NYd ,NSURx I '� ' ✓�/ / - I`-'` _ - -� yyP50 V p 1NCP By - QA�! 3t'pp'f.6 By' William T. Sharer W L a tse] o William T. Sharer W p1 tD]c n Senior Vice President P'•i rF �a` Senior Vice President 5� 0 0 RECORDING Rb�[t$TPb fffr"AND Recorded in official Records, County of Orange WHEN RECORDED RETURN I O: Darlene Bloom, Interim clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE City Clerk 002 Jllu -7 A B :53 20020440558 11,598M 05124102 City of Newport Beach 107 23 N12 1 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Bealfl A92603;ITY CLERK CITY OF ,�EtPPORT BEACH "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION 1-T NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Bay Shores Electric, Inc., of Newport Beach, California, as Contractor, entered into a Contract on June 27, 2000. Said Contract set forth certain improvements, as follows: City Hall Electrical Upgrades - C -3318 Work on said Contract was completed on April 26, 2002, and was found to be acceptable on May 14, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Indemnity Company of California. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on � 1 �Sy acC at Newport Beach, California. (P — AVA C gd&'� CV� City Clerk i May 15, 2002 CI?I' OF NEWPORT ?EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the City Hall Electrical Upgrades Project (C -3318) Notice of Completion for the Bonita Creek Park Sports Lighting Project (C -3439) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 E "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 Bay Shores Electric, Inc., of Newport Beach, California, as Contractor, entered into a Contract on June 27, 2000. Said Contract set forth certain improvements, as follows: City Hall Electrical Upgrades - C -3318 Work on said Contract was completed on April 26, 2002, and was found to be acceptable on May 14, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Indemnity Company of California. blic 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 I?Jau� o-1,CO a at Newport Beach, California. m City Clerkm ,� 0 TO: Mayor and Members of the City Council FROM: Public Works Department 0 May 14, 2002 CITY COUNCIL AGENDA ITEM NO. 16 SUBJECT: CITY HALL ELECTRICAL UPGRADES, CONTRACT NO 3318— COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 27, 2000, the City Council authorized the award of the City Hall Electrical Upgrades, Contract No. 3318, to Bay Shore Electric, Inc., of Newport Beach, California. The contract provided for replacement of the older electrical systems, originally constructed in the 1940's, with new electrical systems to handle the current needs of City Hall, including the recently installed air conditioning systems. During the course of this project, several electrical code issues were raised and these issues needed to be addressed before the contract could be finalized. The effort to reconcile these code issues with the City's consulting electrical engineer for the project took approximately a year. The contract has now been completed to the satisfaction of the Building and Public Works Departments. A summary of the contract cost is as follows: Original bid amount: $79,500.00 Council Approved Extra Work 20,000.00 Total amount of change orders: 23,965.73 Final contract cost: $123,465.73 C'331� SUBJECT: CITY HALL ELECT UPGRADES, CONTRACT NO 3318— COMPLETIJVND ACCEPTANCE May 14, 2002 Page 2 A large number of change orders on this project were needed because of the unknown conditions of the City Hall electrical systems. Due to many years of undocumented electrical modifications at City Hall, it was impossible to accurately account for them in the contract documents. The final overall construction cost, including change orders, was 24 percent over the Council approved contract. More than half of the change order work ($13,000) was to search for unknown circuits. There were wires connected to the old electrical sub - panels that could not be identified. These electrical circuits had to be traced back to their sources to be properly connected to the new system. The remaining change order work was to make electrical modifications to the proposed new system. Funds for the project were expended in the following accounts: Description City Hall Electrical Upgrade City Hall and Corporation Yard Improvements City Hall Maintenance Respectfully 0 DEPARTMENT G. Badum, Director J: Sinacod, P.E. Engineer Account No. Amount 7011- C3120441 $87,171.15 7011- C3120363 23,294.78 7011- C3120627 12999.80 Total $123,465.73 • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.m. on the 19th day of June 2000, at which time such bids shall be opened and read for CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES Title of Project Contract No. 3318 $60,000 Engineer's Estimate prove�_�"�- -- Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. MANDATORY PRE -BID MEETING JUNE 12th,10:00 A.M., FIRE CONFERENCE ROOM For further information, call Michael J. Sinacori, Utilities Engineer at (949) 644 -3342. PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) maybe 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. 0 PAGE 2 The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act'. 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. C10 -131 LA(01 Contractor's License No. & Classification pt 11 � -/ - Oa Date 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES, Contract No. 3318 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this day of 2000. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 Cashier's Check submitted in lieu of Bidder's Bond i 0 r N r r X r N N 0 0 0 r 0 Ln U� U1 0 0 0 0 0 a 0 i mmc y C m O n imz r z O> D< 3 ;D i TO 9 t° m v�OF > m, O z z onO - X T m N m ° ? O =� n i c- D T K O< CA O] K nz K 10 Z n D i '� K n U) Nm2 _ 'O m ~ Ln n M° N m N O T r I 0 z m i m 0 A r -+ N M D D i i = i z x x i x � x ' 0 K I K I I 0n nx x � i VJ K i x I x i i K 1 I I x I x O I D fA m c K v K C o \� K ni C I n N U ! m O O N I ( - O ° I I � K N�m N p 0 0 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 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 represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. i • PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number • 64. u� \ ru..• _ .\ fit_ - ♦ � � . . • ♦r. , r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) PAGE 6 bein%.frst duly sworn, deposes and says that he or she is 5 - of Am4 SZ 5#0'rk- L- -M}Te party making the foregoing bid; that the bid is not made in the i terest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. iLdd6K Authorized Signature/Title Subscribed and sworn to before me this O day of 2000. SEAL FARID K. MANSOUR j m M COMM. #1117081 0 :� NOTARY PUBLIC-CAUFORNUI m ORANGECOUNTY Notary Public MY Comm. Expires Nov. 18 200( My Commission Expires: i 0 0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 NOTICE TO SUCCESSFUL BIDDER 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 receipt of the Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt of the Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance 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. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 lJ PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 CONTRACT THIS AGREEMENT, entered into this 27' day of June, 2000, by and between the CITY OF NEWPORT BEACH, hereinafter "City;' and Bay Shore Electric, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES Project Description 3318 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3318, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 0 0 PAGE C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of seventy-nine thousand, five hundred and no /100 Dollars ($79,500.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY CONTRACTOR City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 Bay Shore Electric 2207 Anniversary Lane Newport Beach, CA 92660 949 - 645 -9341 F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 0 0 PAGE 12 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY 1. City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. i 6 PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK CIT AM IN APPR S TO FORM: CONTRACTOR By: CITY A EY Authorized SignatuW and Title ACORD CERTIFICA OF LIABILITY INSU NCFID JP DnrE(mm /ooml Y600A 07/12/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IN SR LTR ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Advanced Insurance Marketing HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 4459 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE Orange CA 92863 -4459 Phone: 714- 997 -8100 INSURED INSURERA: General Agents Ins C Of /wBrown INSURER B: Bayshore Electric Corp. Danielle Petancic INSURER C: INSURER D: 2207 Anniversary Lane Newport Beach CA 92660 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVWTHSTANDING 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN SR LTR TYPE OF INSURANCE POLICY NUMBER P LI YE F V DATE MM /DDNY P DATE MM /DD/YY LIMITS GENERAL LIABILITY City of Newport Beach EACH OCCURRENCE f 1000000 FIRE DAMAGE (Any one fire) $ 50000 A X COMMERCIAL GENERAL LIABILITY GPP742434 12/24/99 12/24/00 CLAIMS MADE FRI OCCUR MED EXP(Any one parson( s5000 PERSONAL 6 ADV INJURY $ 1000000 GENERAL AGGREGATE s2000000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOP AGO S 1000000 POLICY PRO- LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident( $ BODILY INJURY (Per person( S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Par accident( S HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC S ANY AUTO S AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE S OCCUR FI CLAIMS MADE AGGREGATE $ S $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND W" TATU TORY LIMITS ER EMPLOYERS' LUIBILITY E.L. EACH ACCIDENT S E.L. DISEASE - EA EMPLOYEI S E.L. DISEASE - POLICY UNIT $ OTHER DESCRIPTION OF OPERA TIONSILOCATIONSNEHICLEWUCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS 10 days notice of cancellation for non - payment of premium. Certificate Holder, it's officers, agents, officials, employees, and volunteers are named as Primary Additional Insured. CERTIFICATE HOLDER 114 1 ADDITIONAL INSURED; INSURER LETTER: CANCELLATION ACORD 25S (7197) © ACORD CORPORATION 1988 CTYNEWP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL City of Newport Beach 3300 Newport Blvd. IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR P.O. BOX 1768 REPRESENTATIVES. Newport Beach CA 92658 -8915 ACORD 25S (7197) © ACORD CORPORATION 1988 INSURED: Bayshore Electric Corp. POLICY NUMBER: GPP742434 EFFECTIVE DATE: 07/11/00 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED— OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Public Works Dept. City of Newport Beach, the Cities, its officers, agents, officials,employees and volunteers (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your work' for that insured by or for you. It is agreed that such Insurance as is afforded by this policy the benefit of the Additional Insured (s) shown above shall be Primary Insurance, but only as respects claims, loss of liability arising out of the operation of the Named Insured, his sub - contractors or sub- contractors or materialmen, or suppliers, and any Insurance maintained by the Additional Insured (s) shall be non - contributory. CG 20 10 11 85 Jul 11 00 04:45p Danielle Petancic 949 - 645 -9086 p.1 FROM :.,UVI ER LEST N Allstate' E R • PHONE NO. 4JI e n4 i o n : 8429390 *Jul. 11 2000 02:37PM P1 CERTIFICATE OF INSURANCE ALLSTATE INSURANCE COMPANY I n I ALLSTATE INDEMNITY COMPANY I—i ALLSTATE TE: $ ; -C! ; -S '- 5 = Ep *•t:�nTC IS ISSUED AS A NATTER Of INFORMATION ONLY AND CONFERS NO RIGRT5 UPON 'hE -' - D =ti -n 15 CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED By Tnf POLII- CERTIFICATE MOLDER NAMED INSURED Sane MAO Audreas of Party to whom this Certificate IE Issued Name and Addreas of Insured CITY OF NE34PORT BEACH DAY SHORE ELECTRIC INC - 339') NEWPORP BLVD. 2207 ANNIVERSARY LANE NEWMP.T 5W..H, CA 92658 1 NEWPORT BEACH, CA 92660 '^ 1 11 SD teMn, mil Gall[IPA Of Ine Utance 11,100 be10- Aa..e Peen I..V.d to Ine Inaure4 A11nad .5a.4 waled to Ine e.0�•i. u.' tea :a.tC :a' O- +oM1•InPaMtnp any CaeNNelte". ,,, or cona111011 el IAy COAIreCI Of OIAef COCUrnenl wlln 1e4POCI 10 Mnlcn Intl ClInIlI CCC �4 ac 11.e4 Ta• pinal^ C'x InlUfaneO 4110.000 by Ile policies Oeatn OOO notelA IS Subject lu Of Ile IermS, ezc1USIOrp, ono canad•ery e! I,.c: ,_.. es TYPE OF INSURANCE AND LIMITS Policy Elleaive EAWratian COMMIR�CIAL GENERAL LIABILITY Number Dale Dale Limit Amovni GENERAL AGGREGATE LIMIT Other than Ptoducls•Com leled Operations) S PRCOUCTS-COMPLETEO OPERATIONS AGGREGATE LIMIT S PERSONAL AND ADVERTISING INJURY LIMIT S OCCURRENCE LIMIT PHYSICAL DAMAGE LIMIT S ANY OBE vOSS VsED;CAL EXPENSE LIMIT y ANY ONE PERSUN wVNAL95' COMPEN5ATION a Policy Effective Etoiralian EMPLOYERS' LIABILITY Number Dale Dale +JCRAERS COMPENSATION I STATUTORY . applies only in Ine loflowin0 staler. BODILY INJURY By ACCIDENT S EACH ACCIDEn' . %OyERS' 80014Y INJURY BY DISEASE S EACH EMPL'° _ ;!A8ILiT'Y BODILY INJURY By DISEASE S POLICY LIM:' Policy 450269979 Epectiva Expiration A:ITOMOB!LE LIABILITY Number Date 10 -26 -99 Date 10 -26 -100 Coverage Basta Limit# .P• a,:c OW-10 AUTOS MINED AUTOS Combined Single Llmito of LIebINry, 60OAY INJURY A. PROPERTY DJIJanOE ) DOD DOE) EACn .-�'. v:!. :.SaEGrro Adrof NON-OWNED AUTOS Spill Llablllty Limits Bodily Inlury O.eee•TV Damage C- (0 PalvayE Ia3•S ENDER AUTOS 7 i PERSON 500 Otp Ow„TO +VTOL OTuER SWAN PRIVATE PASSENGER I i 1 +CCIOEnIjOI) !T11J LMBRELLA LIABILITY Policy Number Effective Date Expiration Dale OTHER(Show Policy Effective Expiration type, of Paayl • Number Date Date :Ytii ioitl La�Ed: 7kt City Of tkuport IEtxf , its off3azs, a3�nts, Officials, irrPLgFts d wLuf-twrs It is cxP.td that su'i- LslaaYx •a is affmAd by This gwcy the heJx--fit of t}t Additia-al L skZ (s) stLwi &*A srnl.l, I*.- Prmury Irvst a !, but O'lly as aT--SpEets Claiis, lrT.c Of .Uahillty e¢isi-y a'e Of tta, cVra•.:Scn e..Tf nt, Pbr%d Isu(d, hiS 5tfYC0' b tCrS Cc ITt3te=ia]E EET'or SLF}alie=s, ad any I rs, re. rrninlairfxl by th- 'AUitiabl I:SSZEd(s) shat I be :n}m7tributirg. Nunlobr of oars nonce JO Taal J _ LC% ,. J" Gy(l �e,''L• 716= of a PryqP aenlative al. SHOULD any :I the 4DOve described policies be cancelled be re th APIT:I%HQale, the issvang company v,li en0a :. :! �IaI; -qn,n me number Of days entered above, written not 0-I the certificate holtler named abOVO But ILlula to !Yma.' f.Cr. nonce snarl Impose no obligation or liability of any kind upon the company. its agents or ropretemanves U7057 r•2 Pa;e t . ACORD CERTIFICA OF LIABILITY INSUR C &PID KO DATE(MM /DD/YY) BAY600C 07/12/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Combs & Starkey Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Services, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1855 W. Katella Ave., #245 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Orange CA 92867 COMPANIES AFFORDING COVERAGE Maaika J. Marsh COMPANY Phone NO. 714 - 919 -1111 Far NO. 714- 919 -1194 A Cypress Ins. INSURED COMPANY B COMPANY Bayshore Electric Corp. C COMPANY D 2207 Anniversary Lane Newport Beach CA 92660 COVERAGES THIS IS TO CERTIFY THAT THE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TVpE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM /DDYY) POLICY EXPIRATION DATE (MM /DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ PRODUCTS - COMP /OP AGG $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE 1-1 OCCUR PERSONAL & ADV INJURY $ OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ FIRE DAMAGE (Anyone fire) S MED EXP (Any one person) $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND X TORYUMTS OER EL EACH ACCIDENT $ 1000000 EMPLOYERS'LIABILITY EL DISEASE - POLICY LIMIT $ 1000000 A THE PROPRIETOR/ INCL PARTNERSIEXECUTIVE OFFICERS ARE: X EXCL W- 9A03504 10/09/99 10/09/00 EL DISEASE -EA EMPLOYEE $ 1000000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /SPECIAL ITEMS ALL OPERATIONS PERFORMED BY NAMED INSURED. 10 DAYS NOTICE OF CANCELLATION FOR NONPAYMENT OF PREMIUM AND / /OR NONREPORTING OF PAYROLL. WAIVER OF SUBROGATION APPLIES TO W.C. PER ATTACHED ENDORSEMENT. RE: CITY HALL CERTIFICATE HOLDER CANCELLATION CITYNEW SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, i CITY OF NEWPORT BEACH P.O. BOX 1768 Ewa 3300 NEWPORT BLVD. NEWPORT BEACH CA 92658 -8915 AUTHORIZED REPRESENTATIVE Maaika J. Marsh ' NN ACORD 25 -S (1195) ACORD CORPORATION 1988 0 • WC 252 (Ed. 4 -84) WC 04 03 06 (Ed. 4 -84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT — CALIFORNIA This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 6 -16 -00 at 12:01 A.M. standard time, fortes a part of (DATE) Policy No. W- 9A03504 of the Cypress Ins. issued to CITY OF NEWPORT BEACH Premium (if any) Endorsement No. (NAME OF INSURANCE COMPANY) ' ZaL � Authorized Representative We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 5% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description CITY OF NEWPORT BEACH CITY HALL AIR CONDITIONING UNITS JUL -10 -00 MON 04:04 PM • FAX NO. • P. 02/07 I C( CAL- SU RAN CE CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST 1S COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH, DATE RECEIVED: 0 0 0 DEPARTMENT /CONTACT RECEIVED FROM: S;JYAWA iMEQ DATE COMPLETED: -07 SENT To: SNAIIiJf% BY:LlA JAMES COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: j6WWP& FEE MId GENERAL LIABILITY A. INSURANCE COMPANY: "75 &-;S AIQE t� • DG AWIFjelch B, AM BEST RATING (A VII or greater): 8: C. ADM=D COMPANY: (Mug be California Admitted) Is company admitted in California? Yes— No ✓ D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? g1,000,000 E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included'? YesZ/ No_ F. ADDITIONAL INSURDED WORDING TO INCLUDE": ( The City its officers, agents, officials, employees and volunteers). Is it included? Yes ✓ No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes_ No ✓ H CAUTION! ( Confirm that loss or liability of the Named insured is not limited sole- by their negligence,) Does endorsement include "solely by negligence" wording? Yes No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation b% certified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY: A. INSURANCE COMPANY:_ 4 E &fAiVWjv _ B. AM BEST RATING (A VII or greater): C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No_ D. LIMITS: ( Must be $ 1,000.000 minimum BI & PD and 5500,000 UM) What is limits provided? / 0 "nom 051 E. ADDITIONAL INSURED WORDING TO INCLUDE: Mie City its officers .agents, officials, employees and volunteers). Is it included? Yes _ ✓_No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes_ No ✓ G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified trail; per Lauren Farley the City will accept the endeavor wording, III. WORKERS COMPENSATION: A. INSURANCE COMPANY: 'p SS SWAA,tk' 2WAIY B. AM BEST RATING (A VII or grcater)C: V/11. _ C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes_ // No HAVE ALL ABOVE RF,QUIREMENTS BEEN MET? Yes No_i/_ IF NO, WHICH ITEMS NEED TO BE COMPLETED ?j)&- mRRfcR js A 0 0 PR1of1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO. 3318 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -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 except that material supplied by the City and shall perform all work required to complete Contract No. 3318 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: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct the City Hall Electrical Upgrades and Air Conditioning Connections per attached P rr��s. `IO, epv. oo - A4g�s+ ao, a000 Cc3$�`I.Sco.tm cxt. i, ollars and No Itx7 Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS 8110 r\i ne" — and �/IOn Cents 6- Date gUG��PyS -9�UI Fax QUQ) CDt(S -9oRSD Bidder's Telephone and Fax Numbers Ctt� -I a-1 �ILo1 Bidder's License No(s). and Classification(s) k 010, 000 -00 - 8 120 •► r• Dollars v � OHO DO 8130 Total Price (Figures) Biiiddder idder's Authorized Signat� and Title 220 1 Pvn6gcrya� lovtc f\l�l. rk �eaC% Bidder's Address fAuserstpbwAsharedtcontractsVy 99- 00\city hall elec & ac c- 3318tproposal c- 3318.doc 1/99 SECTION 6 PUBLIC WORKS DEPARTMENT INDEX 6 -1 FOR SPECIAL PROVISIONS 6 -7 CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES 6 -7.1 General CONTRACT NO. 3318 Working Days INTRODUCTION Working Hours PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK 7 -15 CONTRACTOR LICENSES 1 1 K 2 2 2 2 2 2 2 3 R 3 3 3 3 3 4 4 4 0 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General PART 2 — CONSTRUCTION MATERIALS SECTION 16010 ELECTRICAL GENERAL PROVISIONS 4 4 !] 0 0 SP1 of 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES CONTRACT NO, 3318 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawinos may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of installing new electical service and new single phase sub panels to the old City Hall complex. In addition, provide electrical connections from new three phase sub panel to eight new air conditioning units. Also, abandon existing service for the Professional and Technical Building and provide electrical service from existing service in the Fire /Marine/ City Attorney Building to the Professional and Technical Building. 0 0 SP2 of 13 SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup Replace this Section with," (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4--- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When in the opinion of the Engineer, additional tests and retesting due to SP3 of 13 failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, " No work shall begin until a schedule of work has been approved and a "Notice to Proceed" has been issued by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to reschedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work in additional alleys until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional men and equipment were required on the job." The term "work" as used herein shall include all removals, adjustments, replacements and installation of new electrical systems. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "The Contractor shall complete all work under the Contract within 30 consecutive calendar days from the date of the "Notice to Proceed ". It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read "any City holiday, defined as January 1st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 5:00 p.m. to 7:00 a.m. Monday through Friday and 8:00 a.m. to 5:00 p.m. Saturdays and Sundays. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read "For each consecutive calendar day after the thirty consecutive calendar days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in 0 SP4 of 13 accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the time that the park is closed to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK Add to this section, "City forces will perform all shut downs of electrical services as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor Class A license or Specialty Electrical (general) Contractor Class C -10 license. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and so certified by the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be verified by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three (3) years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9--- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 0 SP5 of 13 9 -3.1 General. Revise paragraph two to read, 'The lump sum prices bid for the work shown on the plans shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the work in place and no other compensation will be allowed thereafter. Payment for work completed shall be based on a schedule of values provided by the contractor prior to the notice -to- proceed. Incidental items of work not separately listed on the schedule of values shall be included in the prices shown for the other related items of work. PART 2 — CONSTRUCTION MATERIALS SECTION 16010 ELECTRICAL GENERAL PROVISIONS PART 1- GENERAL 1.01 DESCRIPTION: Provide everything necessary and incidental to executing and completing the electrical work as indicated, specified, and required, except as hereinafter excluded. A. Work In This Section. Principal items include: 1. All labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this section, complete, as shown on the drawings and /or specified herein. Work includes but is not necessarily limited to the following: a. Examine all other sections for work related to those other sections and required to be included as work under this section. b. Coordinate all work in this section with related trades. 2. Make detailed arrangements with the utility companies for previously selected underground services. 3. Site utility development shall be limited to within 5 feet of building footprint, except as indicated on drawings between the Central Plant and Office Building. 4. Furnish and install the following: a. Incidental items not indicated on the drawings nor mentioned in the specifications that belong to the work described, or are required to provide complete systems, as though called out here in every detail. 0 0 SP6 of 13 b. All facilities required for temporary service for construction power, testing of electrically operated equipment, work lighting and security lighting, including paying all utility company charges for installation and energy. c. Complete 208Y/120 volt, three - phase, four -wire distribution systems for utilization, including switchboards, feeders, pullboxes, distribution transformers, panelboards, branch circuit wiring, motor and circuit control and disconnect devices. d. All electrical work for the mechanical systems, except as specified herein to be furnished or installed as a part of other sections of the specifications. 5. Excavation, backfill and concrete work required to complete items of this Section. Concrete shall comply to applicable Sections for Soils and Concrete. 6. Cleaning, patching, and repairing. 7. Permits and code inspection fees. 8. Furnishing of access panels. 1.02 LEGAL REQUIREMENTS AND STANDARDS: A. Comply with the latest rules of the following: 1. National Fire Protection Association No. 70 -1993 NEC. 2. Local and State Fire Marshal regulations. 3. Uniform Building Code 1998 edition. B. The requirements of authorities shall be the minimum acceptable requirements for the work and nothing described in these specifications or indicated on the drawings shall be construed to permit work not conforming to the most stringent of the applicable codes and regulations. When drawings or specifications call for materials or construction of better quality or larger size than required by codes, laws, rules and regulations, the drawings and specifications shall take precedence. C. Equipment not complying with applicable codes shall be removed and replaced with approved equipment at Contractor's expense, UL listing labels, where applicable, shall be installed prior to shipment from factory. 0 SP7 of 13 D. Should any changes to the work indicated on the drawings or described in the specifications by necessary in order to comply with the above requirements, notify the Architect immediately for approvals of the required modifications. 1.03 PERMITS AND FEES: Obtain and pay all fees for permits and inspections, related to the electrical work. Deliver all certificates of inspection to the Architect. 1.04 MATERIALS: A. All materials and equipment shall be new. B. Comply with all applicable standards and requirements of: 1. National Fire Protection Association. 2. National Electrical Manufacturers' Association. 3. American National Standards Institute. 4. Underwriters' Laboratories, Inc. 5. Institute of Electrical and Electronic Engineers. 6. Institute of Power Cable Engineers Association. C. Items for a similar application shall be of the same manufacturer. D. The label of listing by Underwriters' Laboratories, Inc. shall appear on all materials and equipment for which standards have been established by that agency. E. Where local or other authorities having jurisdiction have established label or approval requirements, furnish all materials and equipment with either the required labels affixed or the necessary written approval. 1.05 GUARANTEE: A. Except as may be specified under other sections in the specifications, guarantee all equipment furnished under the specifications for a period of 1 year from the date of acceptance against defective workmanship and material and improper installation. Upon notification of failure, correct deficiency immediately and without cost to the Owner. • 0 SP8 of 13 B. Standard warranty of manufacturer shall apply for replacement of parts after expiration of the above period. Manufacturer shall furnish replacement parts to the Owner. Furnish to the Owner printed manufacturer's warranties, complete with material included and expiration dates upon completion of project. 1.06 INTERPRETATIONS: All requests for interpretations of plans and specifications must be made by the Contractor through the City. Any such requests made by equipment manufacturers or suppliers shall be referred to the Contractor. 1.07 SUBMITTALS ON MATERIALS AND EQUIPMENT A. Submit a complete list of material and equipment proposed for the job, including manufacturer's" name, even if they are as specified or shown on the drawings. B. Reference all listings to the specification's article to which each is applicable. C. Include complete catalog information such as construction, ratings, insulation systems, etc., as applicable. D. For any material specified to meet UL, or trade standards, furnish the manufacturer's or vendor's certification that the material furnished for the work does in fact equal or exceed such specifications. E. The Contractor shall add and sign the following paragraph on all equipment and materials submitted for review: "It is hereby certified that the (equipment) (material) shown and marked in this submittal is that proposed to be incorporated into the project; is in compliance with the Contract drawings and specifications; can be installed in the allocated spaces." Failure to add the above will result in delay of review of submittal. F. Shop drawings shall be submitted in complete groups of materials (i.e., all switchgear, etc.). Bind catalog cuts, plate numbers, in sets with covers neatly showing titles. The Contractor shall verify dimensions of equipment and be satisfied as to code compliance for fit prior to submitting shop drawings for approval. Departure from the above procedure will result in re- submittal and delays. Include all information required by the specifications. • E SP9 of 13 G. Where current limiting devices are specified, submit technical data to substantiate adequate protection of equipment cascaded downstream. H. Equipment Floor Plan: After approval of material is secured, prepare a floor plan of each electrical equipment room, drawn to a scale of 1/4" = 1 foot and submit for approval in the same manner prescribed for shop drawings. The equipment shown shall be the exact dimensions of equipment to be used by the Contractor. Be responsible for all equipment ordered and /or installed prior to receipt of shop drawings returned from the City bearing the Electrical Engineer's stamp and "No Exceptions Taken ". All corrections or modifications to the equipment as noted on the shop drawings shall be performed or equipment removed from the job site at the request of the City without additional compensation. J. Submit shop drawings and technical data for the following equipment: 1. Distribution switchboards 2. Transformers 3. Panelboards 4. Pull boxes 1.08 SUBMITTALS FOR CHANGE ORDERS: When changes are made during the construction phase, deletions and additions shall be presented in a manner that will indicate the cost of each item of material and corresponding labor. Overhead and profit markup shall be then added in accordance with the requirements of Conditions of the Contract. manner that will indicate the cost of each item of material and corresponding labor. Over head and profit markup shall be then added in accordance with the requirements of "Conditions of the Contract ". 1.09 WORK RESPONSIBILITIES: A. The drawings indicate diagrammatically the desired locations or arrangement of conduit runs, outlets, equipment, etc., and are to be followed as closely as possible. Proper judgement must be exercised in executing the work so as to secure the best possible installation in the available space and to over come local difficulties due to space limitations or interference with structural conditions. The Contractor is responsible for the correct placing of his work and the proper location and connection of his work in relation to the work of other trades. Advise appropriate trade as to locations of access panels. I • • SP10 of 13 B. Locations shown on architectural ceiling plan or on wall elevations shall take precedence over electrical plan locations but where a major conflict is evident, notify the Architect for instructions. C. In the event changes in the indicated locations or arrangement are necessary, due to developed conditions in the building construction or rearrangement of furnishings or equipment, such changes shall be made without extra cost, providing the change is ordered before the conduit runs, etc., and work directly connected to same is installed and no extra materials are required. D. Where equipment is furnished by others, verify dimensions and the correct location of this equipment before proceeding with the roughing -in of connections. E. All scaled and figured dimensions are approximate of typical equipment of the class indicated. Before proceeding with any work, carefully check and verify all dimensions, sizes, etc., with the drawings to see that the equipment will fit into the spaces provided without violation of applicable codes. F. Where equipment is furnished by others, verify dimensions and the correct locations of this equipment before proceeding with the roughing -in of connections. G. Should any changes to the work indicated on the drawings or described in the specifications be necessary in order to comply with the above requirements, notify the Architect immediately and cease work on all parts of the Contract which are affected until approval for any required modifications to the construction has been obtained from the Architect. H. Be responsible for any cooperative work which must be altered due to lack of proper supervision or failure to make proper provisions in time. Such changes shall be under direction of the Architect and shall be made to his satisfaction. I. Perform all work with competent and skilled personnel. J. All work, including aesthetic as well as electrical and mechanical aspects of the work, shall be of the highest quality consistent with the best practices of the trade. K. Replace or repair, without additional compensation, any work which, in the opinion of the Architect, does not comply with these requirements. 1.10 INSTALLATION - GENERAL: 1 0 9 SP11 of 13 A. Location of Openings: Locate all chases, shafts and openings required for the installation of the electrical work during framing of the structure. Do any additional cutting and patching required due to improperly located or omitted openings without cost to the Owner and with the approval of the Architect. Cutting or drilling in any structural member is prohibited without written approval of the Architect. Furnish access panels as required, but with approval of the Architect. B. Location of Sleeves: Wherever conduits pass through concrete walls, suspended slabs or metal deck floors, furnish and install sleeves of ample size to permit installation of conduit. Sleeves shall be installed prior to pouring of concrete and shall have ends flush with the wall or extend 2" above floor surfaces. Verify locations with the Architect. C. Type of Sleeves. Sleeves shall be steel pipe or galvanized sheet steel. D. Finish Around Sleeves: Rough edges shall be finished smooth. Space between conduit and sleeves where conduit passes through exterior walls shall be sealed to permit movement of conduit but prevent entrance of water. Space between conduit and sleeves where conduit passes through fire rated interior walls and slabs shall be sealed with a UL classified sealing device or sealant that is fireproof and will remain pliable. Provide adequate space around conduit for device installation. E. Be responsible for all cutting and patching which may be required for the proper installation of the electrical work. Work shall be performed by the trade originally installing same, and paid for under this section of work. F. Protect all work, materials and equipment from damage from any cause whatever, and provide adequate and proper storage facilities during the progress of the work. Storage out of doors shall be weather - protected and shall include space heaters to prevent condensation. Provide for the safety and good condition of all work until final acceptance of the work by the City and replace all damaged or defective work, materials, and equipment before requesting final acceptance. G. Conduit and equipment to be installed: Clean all conduit exposed to view in completed structure, by removing plaster and dirt. Remove grease, oil and similar material from conduit and equipment by wiping with clean rags and suitable solvents in preparation for paint. Seal all conduits entering the building from outside to prevent entry of water. H. All items with factory finish: Remove cement, plaster, grease and oil and leave all surfaces, including cracks and corners, clean and polished. Touch V • • SP12 of 13 up any scratched or bare spots to match finish. Factory finish may be approved as prime coat by the Architect. See "Painting" Section. Site Cleaning: Remove from site all packing cartons, scrap materials and other rubbish relating to electrical installation. J Electrical equipment and materials exposed to public and in finished areas, shall be finish- painted after installation to coordinate with surrounding walls. Surfaces shall be thoroughly cleaned for receiving paint. Paint color coordination shall be as directed by the City. Paint shall be identical to that on adjacent surfaces to insure proper matching of quality and color with surrounding walls. 1.11 TESTS: A. Conduct resistance to ground tests by qualified personnel to measure resistance to ground at all grounding electrodes. Make tests before slabs of affected areas are poured in order that corrective measure, if required, may be taken. Test again after concrete is poured and set for 2 weeks. Submit to the City a report showing the results of these measurements. If the resistances exceed values specified elsewhere, perform all corrective measures as directed by the Engineer. 1.12 RECORD DRAWINGS: Accurately locate all underground stub -out and all pull boxes and monuments, and dimension from building walls on all record drawings. 1.13 OPERATING AND MAINTENANCE DATA: Submit to the City complete and at one time, prior to acceptance of the installation, 10 copies of manufacturer's instructions for operation and maintenance of electrical equipment, including replacement parts lists. Each set to be bound in an indexed looseleaf ring binder with permanent cover and permanent identification on back. 1.14 COMPLETION: A. The work will not be reviewed for final acceptance until operating and maintenance data, manufacturer's literature, panel directories and nameplates specified herein have been approved and properly posted or installed and final cleaning of equipment and premises has been completed. B. When the installation is complete and all adjustments have been made, operate the system for a period of one week, during which time demonstrate to the City that systems are completed and operating in conformance with the specifications. �.)ZIa/F)A-oo(� (5910 � r -vJ - APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department October 24, 2000 CITY COUNCIL AGENDA ITEM NO. 11 SUBJECT: CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES, CONTRACT NO. 3318 —APPROVAL OF CHANGE ORDER RECOMMENDATIONS: 1. Approve the Revised Plans and Specification for the project. 2. Approve a $20,000 change order to Bay Shore Electric to change the existing electrical panel installation from a single -phase system to a three - phase system, and install additional panels as required by the Building Department. 3. Approve a Budget Amendment to appropriate $20,000 from the unappropriated General Fund Balance to Account No. 7011- C3120363 to cover the cost of the change order. DISCUSSION: On June 27, 2000, the City Council awarded a $79,500 contract to Bay Shore Electric of Newport Beach, California, for the City Hall Electrical and Air Conditioning Upgrades. The contractor performed an initial investigation prior to starting work and discovered several live conduits and panels that needed improvements added to the contract. When the building was built in 1948 a single -phase electrical system was installed. The contract awarded anticipated upgrading this system and maintaining the single -phase system as the most cost - effective approach. The Contractor has suggested converting to a more modern and efficient three -phase system that will be better suited to future changes and expansion. In addition, it provides for a better distribution of power throughout the building. The Building Department concurs that a three -phase system is more appropriate for the power uses in City Hall. SUBJECT: CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES, CONTRACT NO. 3318 October 24, 2000 Page 2 The change order for the upgrade from a single -phase to three -phase system and the addition of one supplemental panel amounts to $20,000. This amount represents a cost increase of approximately 25 percent over the original contract amount. Staff believes the change order amount is fair and recommends approval. It is recommended the change order be funded from the unappropriated General Fund Balance and that $20,000 be appropriated to the Capital Project Account, City Hall and Corporation Yard Improvements, 7011 - C3120363. jRespectfuully 5 submitte , f S DEPARTME NT Don Webb, Director r By: Mi hael. S'nacon, P.E. Utilities Vneer Attachment: Budget Amendment fIfy of Newport Beach • NO. BA- 010 ` - BUDGET AMENDMENT 2000 -01 AMOUNT: $zo,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Pq Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues qx from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations for a change order to the City Hall Electrical and Air Conditioning ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 010 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITUREAPPROPR/ATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Description General Fund Balance Description Description 7011 Facilities Rehab /Remodel C3120363 City Hall, Corporate Yard /Beach Restore Amount Debit Credit $20,000.00 $20,000.00 <� - /C- /6- CDv nisVa' a ervices Director Date City Manager D City Council Approval: City Clerk Date Q&y of Newport Beach BUDGET AMENDMENT 2000 -01 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: NO. BA- 010 AMOUNT: $2o,oao.00 Increase in Budgetary Fund Balance X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: 1 USE a LLAPPROVED IJ This budget amendment is requested to provide for the follovdng: To increase expenditure appropriations for a change order to the City Hall Electrical and Air Conditioning Project, Contract #3318. Division Number ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 010 3605 REVENUE ESTIMATES P60 1) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description General Fund Balance Description Amount Debit Credit $20,000.00 Description Division Number 7011 Facilities Rehab /Remodel Account Number C3120363 City Hall, Corporate Yard /Beach Restore $20,000.00 Division Number Account Number Division Number Account Number Division Number Account Number Automatic System Entry. Signed: C) Financial Approval: Administra I we ervices Director Date Signed: dmiiinnis/trative Appr al: City Ma Signed:,�`jt,l!(%�..l�.l_— /nagger y�7' // /� /7 1 /`✓C�YIU .�/i?/ /Dy Ci City Council Approval: City Clerk Date � � a ✓A -D'I 1 June 27, 2000 CITY COUNCIL AGENDA APPROVED ITEM NO. 20 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: CITY HALL ELECTRICAL AND AIR CONDITIONING UPGRADES - AWARD OF CONTRACT NO. 3318 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3318 to Bay Shore Electric, Inc., for the Total Bid Price of $79,500.00 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $7,671.15 to cover the cost of unforeseen work. 4. Approve a budget amendment transferring $28,618.75 from Account No. 7015- C2700445 to Account No. 7011- C3120441. DISCUSSION: At 11 AM on June 19, 2000, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Bay Shore Electric, Inc. $ 79,500.00 2 Duthie Power Services $127,600.00 3 Carol Electric Company $137,316.00 The low total bid amount is 32 percent above the Engineer's Estimate of $60,000.00. The low bidder, Bay Shore Electric, Inc, possesses a Limited Specialty Classification C -10 contractor's license as required by the project specifications. Bay Shore Electric has satisfactorily completed similar electrical improvement projects for the City. The project bids are higher than the engineers estimate mainly because the contractors are extremely busy and construction costs have risen since the estimate was prepared. In addition, estimating the retrofit of a system that is over fifty years old is difficult to do accurately. The design engineer based his estimate on new construction because there were no retrofits of this type to use as a reference. 0 Subject: City Hall Electrical and Air Conditioning Upgrades —Award of Contract No. 3318 June 27, 2000 Page: 2 PROJECT BACKGROUND The City Hall Electrical Upgrade project was originally planned in 1989 when funds were appropriated and the project began its initial design phases. However, because of budgetary constraints in the early 1990's, the City Hall Electrical Upgrade did not compete well with other General Fund Projects that would have greater benefit to the public. The electrical components are from the original construction in the late 1940's. The wires and major electrical components are rapidly deteriorating and are in need of replacement. The added electrical load of computers and other appliances over the years has brought the current system to its limit. The proposed project to upgrade the City Hall electrical system will accommodate the necessary power to run the air conditioning units currently being installed by the General Services Department. RECOMMENDATION Capital Improvement Project Account No. 7015- C2700445 - Jamboree Road /Bayview Way Landscaping, has a balance of $28,618.75 that will not be utilized this fiscal year. Staff recommends transferring the balance of these funds to the City Hall Electrical Upgrade project, Account No. 7011- C3120441. There are sufficient funds available in the following accounts for the work: Account Description Account Number Amount City Hall Electrical Upgrade 7011- C3120441 $58,552.40 Jamboree Road /Bayview Way Landscaping 7015- C2700445 $28,618.75 Total: $87,171.15 Staff recommends the award of the City Hall Electrical Upgrade project to Bay Shore Electric. gli;' ARTMENT M J. Sin6cori, P.E. Engineer Attachment: Bid Summary F:\ Users \PBW\Shared \COUNCIL \Fy99- 00\June -27 \City Hall Electrical C- 3318.doc Z U Q W co ce O a 3 W Z LL }O F M U Z W F- a W 0 O 3 U M J m a 0 0 0 N Of rl O o w F m P x •' v u E O O !n O y x c U w ^ _ U T U Z w._ P Q C O y J N m r m N W 0 C7 a C Z Q J U w U J W J Q S di J H .` G u o O p O ) N O Y W E L F< Ln � W W Q K W G Z W l7 O Z C W d • 0 Vl m N a x m M V Y C Q f f m m' m m c O o' 3 C N f , Ay of Newport Beach BUDGET AMENDMENT 1999 -00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 071 AMOUNT: $28,618.75 Increase in Budgetary Fund Balance AND Decrease in Budgetary Fund Balance NX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To appropriate funds for the City Hall Electrical and Air Conditioning Upgrades, Contract #3318. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description Amount Debit Credit REVENUE ESTIMATES (3601) Fund /Division Account Description OWENDITUREAPPROPRIATIONS (3603) Description Division Number 7015 Parks Account Number C2700445 Jamboree /Bayview Landscaping $28,618.75 Division Number 7011 Facilities Rehab /Remodel Account Number C3120441 City Hall Electrical Upgrade $28,618.75 Division Number Account Number Division Number Account Number Automatic System Entry.. Signed: ,2D Financial Approval: Administrative S 'ces Director Date Signed: %ft� Administrative Approval' ity Manager ate Signed: City Council Approval: City Clerk Date Oy of Newport Beach • NO. BA- 071 BUDGET AMENDMENT 1999 -00 AMOUNT: $2s,s1a.7s EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Px Transfer Budget Appropriations Px No effect on Budgetary Fund Balance SOURCE: from ebsting budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: BY THE C171 CCUNGL CITY OF NENPCRT 2 EACH 027---- 1 This budget amendment is requested to provide for the following: To appropriate funds for the City Hall Electrical and Air Conditioning Upgrades Contract #3318. Description Division Number 7015 Parks Account Number ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITUREAPPROPRIATIONS (3603) Description Description Signed: Financial Approval: Administrative Sgrvices Director Signed: Signed: CAO ( / rte_, /lI ` City Council Approval: City Clerk Amount Debit Credit $28,618.75 • Autometic $28,618.75 (O ,2Z) 'CJ] Date 2i a o ate a ov Date Description Division Number 7015 Parks Account Number C2700445 Jamboree /Bayview Landscaping Division Number 7011 Facilities Rehab /Remodel Account Number C3120441 City Hall Electrical Upgrade Division Number Account Number Division Number Account Number Signed: Financial Approval: Administrative Sgrvices Director Signed: Signed: CAO ( / rte_, /lI ` City Council Approval: City Clerk Amount Debit Credit $28,618.75 • Autometic $28,618.75 (O ,2Z) 'CJ] Date 2i a o ate a ov Date • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 14, 2000 Coral Electric Co., Inc. 3822 Cerritos Avenue Los Alamitos, CA 90720 Gentlemen: Thank you for your courtesy in submitting a bid for the City Hall Electrical and Air Conditioning Upgrades Project (Contract No. 3318) 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 0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 14, 2000 Duthie Power Service 2335 E. Cherry Industrial Circle Long Beach, CA 90805 Gentlemen: Thank you for your courtesy in submitting a bid for the City Hall Electrical and Air Conditioning Upgrades Project (Contract No. 3318) 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