Loading...
HomeMy WebLinkAboutC-3477 - City Facility Lighting Retrofit Program• 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC November 26, 2003 Sylvania Lighting Services 13200 Kirkham Way, Suite 110 Poway, CA 92065 Subject: City Facility Lighting Retrofit (C -3477) To Whom It May Concern: On November 26, 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 Labor & Materials Bond was released on February 11, 2003. The Surety for the contract is Federal Insurance Company, and the bond number is 81883073. Enclosed is the Faithful Performance Bond. Sincerely, L V nn . HaA ess, CMC City Clerk cc: Public Works Department R. Gunther, P. E., Construction 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 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 BOND NO. 81883073 FAITHFUL PERFORMANCE BOND PAGE to The premium charges on this Bond is $ 125•00 being at the rate of $ 1.25 sate thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Name of Contractor, hereinafter designated as the 'Principal', a contract for construction of CITY FACILITY LIGHTING RETROFIT, Contract No, 3477 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. 3477 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance company , 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 She sum of * Dollars (b 125,000.00 ) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contrac, 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. *One Hundred Twenty Five Thousand and 00 /100 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 Cocuments 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 Newperr 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. • • 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 Surey 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 formal 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 a cuted by the Prindpal and Surety above named, on the 17 day of December �r�2j ,ice Sylvania Lighting services Name of Contractor (Principal) Federal Insurance Company Name of Surety 15 Mountain View Road, Warren, NJ 07059 Address of Surety 908 - 903 -3485 Telephone Agent Jeannette Dominguez . Attorney in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC February 11, 2003 Sylvania Lighting Services 13200 Kirkham Way, Suite 110 Poway, CA 92065 Subject: City Facility Lighting Retrofit (C -3477) To Whom It May Concern: On November 26, 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 six months after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on January 7, 2003, Reference No. 2003000021079. The Surety for the contract is Federal Insurance Company, and the bond number is 81883073. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk LH:lb cc: Public Works Department R. Gunther, Project Manager encl. 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 Ll CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 BOND NO, aiaa 3 LABOR AND MATERIALS PAYMENT BOND L PAGE 14 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Name of Contractor, hereinafter designated as the 'Principal; a. contract for construction of CITY FACILITY LIGHTING RETROFIT, Contract No. 3477 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 10 execute Contract No. 3477 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principars 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, Federal Insurance company 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 One Hundred Twenty Five Thousand and 00 /100 Dollars (3 125,000.00 `) tawful 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, fait 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, than the Surety will pay for the sarne, in an amount not exceeding the sun specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 or the Civil Code or the Slate of California. 0 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 Band, 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 shaft not exonerate the Surety from its obligations under this Bond, IN WITNESS WHEREO this instrument has been duly executed by the above named Principal and Surety, an the 17 day of Sylvania Lighting Services Name of Contractor (Principal) Federal Insurance Company Name of Surety 15 Mountain View Road, Warren, RJ 07059 Address of Surety 908- 903 -3485 Telephone NOTARY ACKNOWLEDGMENTS Or CONTRACTOR AND SURETY MUST BE ATTACHED ACKNOWLEDGMENT BY SURETY STATE OF Connecticut l f ss County of Hartford ))) On this 17 day of December 12001 before me personally appeared Jeannette Dominguez known to me to be the Attorney -in -Fact of Fedexal Insurance Company , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. (Seal) WG230 /EP 8 /80 Marion R. Vail Vn�.�y�m ([ Notary Public in the State o Connecticut County of Haxtfoxd Expires 11/30/05 1 PRINTED IN U.SA Chubb POWER Federal Insurance Company, Atta.: Surety Department SUf 6 OF ViOiant Insurance Company 16 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07069 n4pw M by Thaa Preawir. Ttwt F�HUL IffiNJftAWCE COMPANY, n Lx1rw aaDOraSr4 VIGLANT pIdLRAWC! COMPANY, a New Yc* eapaewlon,WPACFIC IpEMNIY COMPANY,. Wrcadn arperdbn, do each hwWyoomllhM aw appairt Marlon R. Vail, Joan B. Finney, Diane R. Cardiui and Jeannette Dominguez of Farmington, Connecticut -- owh m has bw wd *Aif Adwrwy wFad to amarr wdw wet dalpalkn r Vwk ewes and to dke tlwa owporde aar to wd dater for and an swb bdlaf as wx* fMraon ar cOmwre, Inxds and wdw%" and odwr wrOnp obigebry (new mica do (oaw awn bsl bads) 0m a aaawbd h nM ewlase d brwalsn, and wry Natrunrants wewrdYV ar atlwYp thr arrw. and eaeasria h tlw npdseatlan w arwasae d ley holtwrwi.aft hhsedhodsaaWipdrm. In Npnaae W aced laid FEDERAL INSURANCE COMPANY. VMANT!{SURANCE COMPANY, and PACIFIC ICEAOeTY COMPANY have wrh womhd mid af stedurwPrawMaadanbadUnkc rpadaaIs aneda 23rd dryd August, 2000 dh C. ViaeldN, Aalahrd Seersfwy —T-- Faan E Rabalw6 a Idrt $TAT! OFNEW MMY 1 Omit 23rd dyd Au st 2000 bdae me,aNweryPebao dNw+,Irney, 0.,e.ar era xw,astlrRYlnnnal. b m• Mown to be Aewdrd Manlar3 It A66a 00AAM C COMPANY. VIGLANT NOLPM a CMftW w PAC M aCfn M COMPANY. M mmpoyw Ydio.= . awbasM h IR COMPANY vdlIGIL ALA w T I w anud w M w CE cOWAN r 4 . OW PACIFIC I I ON a ne,ee 4W cp sMwaPAmN, rdb w d,Pan w sy led M 4 AYrare aaww. na. aeear+a w.ewar. We P WO Paswr M OMP dos; WA w asetarOM C pia i wWANF% 0 OW Pom d w wtlI k k Vw VYOw, w of Fm* L Vbs hagwa d aN f.wrgrinr, w Ml M der an d Pwat E b deep 4 adrarad w ail Pawn d Aawnay r b M awrYO tauisnip d Frwd E Rehuna14andwa Mabardsaesd M wwmaydaW ertawsw rdgarda prawns. Na.rSam sT�"r'" co WATNER MANCID r\1/�� '�"ap�ARy • Noulyh Jutn �li� r l�1 Qi AI) • I& f00. W"A� •ust \G Commgsgn FlmNasSam d. CERTFICATIDN Edoel farm In Enclave IRANCE COMPANY. VIGLANT INSURANCE COMPANY, eve PACIFIC INDBAWY COMPANY: 'N Para of aCpmy for and an bawl of to Carpwq mry wd ehd be wwand In the hwra aw an bOW dfM Carpwy. now by tlw Clakmn w Iw P1sdital w s Vbe PmYdart aratAwabi Mm Plaaldwi, PIraywAh Iw S@a*Wy w w Aaabbei S40WwY. w4w2wir rapadre aleelprWorr. The skndum of such alllors nW be wepwwe, prtnd or ahaprapnd The sl ahn of each of ft 1 1' - allows: Ch*nw, Pmddari, say We PresiM any AsWdwt We Raaldnt, any Sww ry. wy AsOMM Sswd wy wd IM ad d nM CwnPany mq be asbwd by I I I b airy pmw d aft-my or b wV 100 It milky tNwraI apps' 9 - Aarrtwt aaewhrm w ASanw o4n Fodfd Pwpam aril of aww+anlp and asadll m bands wd wdwbleps w I dew amVa ota"to ' ) r Iw Irabaa Vrrad'wd wry such prww ar aaarwy ar awWcdo b@ MV w h iwaln I agnwwa w hnardo aw dW be caps aw bkwo opal eve Carrpwy wd any such pow w eaaNnad aw cwdW by wads tbabria aipr I wd fbnI I eve dW be aid and bh*V Wan M Company YA nlapad b ry bad w udwrl6V bwtidl t Y laadwd,' 1. Iiama1l C. Wwdd. AaaWwt Sawdwyof FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, wd PACIFIC INDEMNITY COMPANY 00Tkne riaa7dbheftva"tY M eve 0 -- shad dt a BtLaw's dew Canporas is bw wd OarraCL (V ft Carpwia on diy NwwaO aw some d 110' - any rwrsas h d w d M Wad shin of mm" mid aw DYhet of CohniY w in wJh~ byto U. E Tay Dlpwhmt Nam. Fadrw wd Von one lorwad in Pwb Pool wd ft LL & VY* Yrds, w Ferrol Is rowwa'in Amwkm swivel, GUNK srd rah Of ft PO&MIS dCanads GOW Pura Edlmd rid; wd M lha rar.poiV PbwrdAawmyhtrrw oamsdwdhaefaraaw wr6q, December, 2001 Gmm4NWwnytwwardlmbdWdCanpWaat Wwrw4 NJ tlis dyd IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone MM 003-3485 Fax Me) 903-WW a-Mae: sale oIctu b.eom IS-1042111110L AM Gwo.- FEDERAL INSURANCE COMPANY STATEMENT OF ASSETS, LIAEILITIES AND SURPLUS TO POLICYHOLD: ;S ASSETS Cash............................ ............................... f United States Govemment, State and Municipal Bonds ....... ............................... 7,196,760 Other Bonds ................ . ............................... 1,733,846 Stocks......................... ......................._ ....... 261,059 Shan Term Investments ............................ 64,539 Other Invested Assets ........ ........................ 304,194 Statutory Basis DECEMBER 31, 2000 (in tho,rsands of (Sollars) (119,636) TOTAL INVESTMENTS ........................... r ! Inv estmentsinAffiliates: Faciltc Indemnity Company.._ .................. Executive Risk Indemnify Inc ................... { Great Northern Insurance Company........ +1 CC Canada Holdings Ltd ......................... Chubb insurance Company of Europe..... v.g'lant Insurance Company .................... Other Al:iiiales ........... ............................... Net Premiums Receivable .......................... IOther Assets ................ ............................... i 1 9,440,782 533,000 306,193 136,978 96,109 61,383 54,770 280,416 638,320 720.380 LIA6IUL?i A'Z✓ SURPLUS TO FOL ICYHOLOERS Outstanding Losses and Loss EzFerses..... 5 6,351,035 Unearned Premiums ..... ............................... 1,991,909 Provision lot Reinsurance ............................ 71.958 Other Liabilities .............. ............................... 460,512 TOTAL LIABILITIES .... ............................... 2.875.414 Capital Stock ................. ............................... 20,980 Paid -In Surplus .............. ............................... 672,672 t Unassigned Funds ........ ............................... 2.796,223 i Unrealized Depreciation of Investments ...... (0,22e.) SURPLUS TO POLICYHOLDERS ............ 3.394,917 TOTAL LIABILITIES AND SUR ?L'JS TOTAL ADMITTED ASSETS .................... 512.270.3:1 TO POLICYHOLDERS ........................... S12.270,331 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $37,141 are deposited with government authorities as requ_red by law. A CORRECT STATEMENT. -fl/. r RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in Official Recortls, County of Orange Torn Daly, Clerk- Recorder Illlilill(1 IIlllilllfflNilllllll( �IIIIIiIIIIIIIIIHIIII ))l��a��q�a FEE 2 06 78 Nt 2003000021079 04:07pm 01/07/03 0 00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "E xempt from recording tees 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 Sylvania Lighting Services of Poway, California, as Contractor, entered into a Contract on December 11, 2001. Said Contract set forth certain improvements, as follows: City Facility Lightina Retrofit iC -3477) Work on said Contract was completed on September 16, 2002, and was found to be acceptable on November 26, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. N .G ublic Works Director L - City of Newport Beach N - VERIFICATION �S 1 certiq, und&.penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed one �"L o� at Newport Beach, California. d J NE .. City Clerk i CIf' OF NEWPORTIEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 9265&8915 (949) 644 -3005 December 3, 2002 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the City Facility Lighting Retrofit (C -3477) Please record the enclosed documents and return them to the City Clerk's Office. Thank you. Sincerely, 1� 1. lvar&11� LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 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 xempt rom recor mg 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 Sylvania Lighting Services of Poway, California, as Contractor, entered into a Contract on December 11, 2001. Said Contract set forth certain improvements, as follows: City Facility Lighting Retrofit (C -3477) Work on said Contract was completed on September 16, 2002, and was found to be acceptable on November 26. 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. ublic 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 a oo at Newport Beach, California. By �`e City Clerk ` _��' NOV P. 'UUT i - i "ii 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 0 Agenda Item No. 12 November 26, 2002 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R.Gunther, P.E. 949 -644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: CITY FACILITY LIGHTING RETROFIT, CONTRACT NO. 3477 — 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 December 11, 2001, the City Council authorized the award of the City Facility Lighting Retrofit contract to Sylvania Lighting Services. The contract provided for the installation of energy efficient lighting in a number of City buildings, which included: • Council chambers • City Hall Buildings • Balboa Library • Mariners library • Corona del Mar library • Balboa Yacht Basin The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $122,568.40 Actual amount of bid items constructed: 119,646.96 Total amount of change orders: 28,091.68 Final contract cost: $147,738.64 SUBJECT: CITY FACILIT�HTING RETROFIT, CONTRACT NO. 3477 — CO TION AND ACCEPTANCE November 26, 2003 Page 2 The final overall construction cost including change orders was 20.54 percent over the original bid amount. Two change orders were issued for the project as follows: • Change Order No. 1 in the amount of $4,245.05 provided for the addition of lighting at the Balboa Yacht basin facilities. • Change Order No. 2 in the amount of $23,846.63 provided for additional lighting at City Hall. Funds for the project were expended in the following accounts: Description City Facility Lighting Retrofit City Hall Maintenance Balboa Yacht Basin Facilities Improvement Account No. Amount 7011- C5300654 $115,000.00 7011- C2320627 28,493.59 7231- C2370574 4,245.05 Total $147,738.64 The original scheduled completion date was May 15, 2002. The completion date was extended to September 16, 2002 to accommodate building work schedules, modifications to the work plan, and the change order work. All work was completed by the revised completion date. Environmental Review: (Not applicable) Prepared by: Submitted by: R. Gunther, P.E. tephe Badum Construction Engineer Public orks Director 0 cjj' CLERK pORt BEPCN YOFNE� S B G� CE 1NV,,�`NG of the c`t 9.1ro5g.g915 {{ice ch, N� at the ° °rt Bea 2p01, r b,ds may be p O.50, Al day e�ed aev read fo Sealed ou\e�ard, on the 2 ha`X be op 3300 NewP °u Bi\ 215 e Such bids s G RE'Itf which fire GIAIV t at En9� eel% E �rt�a e P' prOVe � ` ual er, G. 8adeotor ertoort St P W orks �'r of b`d d com 33r ub e t 1 art, p tarn o � ses ep m ay ob c ork e p;dders°{ the 90 r0ro3 or this Pre f P os P at the 0 port Bear or LP erase required -B`D MEEi 13ou`e 'Jard, C.10 Contract dpB W Aim PNo e e Go(1O 2 MPN�A� 9 a M tO 12 p eVard, Fir �u6sday'NeWp °�Bo0 ri Pr�eOtManr M \chae� �' S�na�O For tu�her �n {OrmatrOn _ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES.. .......................................... 5 NON-COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL.................................................................................... ...........................PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 INSTRUCTIONS TO BIDDERS PAGE 1 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 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 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. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. ` • PAGE 2 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. ('-/0 -3a�31726LI Contractor's License No. & Classification Sy�VAANin �IG�I �u�G Jae✓ Cis' Bidder Authorized ignature/Title Date PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 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 Ten percent of the amount bid Dollars ($ log ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CITY FACILITY LIGHTING RETROFIT, Contract No. 3477 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 29th day of NO°mber , 2001. SYLVANIA LIGUING SERVICES C -, � C , Name of Contractor (Principal) ed Signatur i le D m ilW Federal Insurance Company Name of Surety 15 Mountain View Rd., Warren, NJ 07059 Address of Surety FfS�-,79 -S33( Telephone Ythjft�zed Agent Signature %!I I Jeannette Dominguez Attorney- in-Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 0 ACKNOWLEDGMENT BY SURETY • STATE OF Connecticut ss County of Hartford 111 On this 29 day of November 12001 before me personally appeared Jeannette Dominguez known to me to be the Attomey -in -Fact of Federal Insurance Company , the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate fast above written. (Seal) Marion R. Vail Notary Public in the State of Connecticut County of Hartford Expires 11/30/05 WC-230/EP 6/90 PRIMED IN U.SA. f IMP C Chubb POWER Federal Insurance Company Attn.: Surety Department Sure OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Marion R. Vail, Joan B. Finney, Diane R. Cardini and Jeannette Dominguez of Farmington, Connecticut— each as their true and 4Wul Attorney -in -Fad to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertaidngs and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the mortification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seas on this 23rd day of August, 2000 i - �_ti Z q ,Z., Kenneth C. Wendel, Assstard Secretary I Fran c E. Robertson, a ideM STATE OF NEW JERSEY 1 can" of Somerset On this 23rd day of August 2000 before me, a Notary Public of New Jersey, personalty came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the cornpmries which executed the foregoing Purer of Aftorney, and the said Kenneth C. Wendel being by me duly sworn. did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT WSIJRANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seas thereof, that the seals affixed to the faagoing Power of Aftomay are such corporate seals and were thereto affixed by authority of the By -Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by eke aulMaity; and that he is acquainted with Frank E. Robertson. and lows him to be Vice President of said Companies; and that the signature of Frank E. Robertson, subscribed to said Power of Aftorney is in the genuine handwnfing or Frank E. Robersonn, and was thereto subscribed by authoray of said BV4 a and in deponaMk presence. Notarial Seat ZJS °o MANwJ N"c'n y ryEATNER a4otary Public. State of Now Jersey PUg�tC No 2229695 Commission Exalres $era U 700• Notary Public - .a CERTIFICATION Extract from the By -Laws of PEMMWNSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'AM powers of attorney for and on behalf of the Company may and shag be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or tmogniphed. The signahfre of each of the fdlowiN omoers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary . any Assistant Secretary and the sal of the Company may be affixed by facsimile to arty power of attorney or to any certificate relating thereto appointing Assistant Secretaries or AComeys -in- Fad for purposes only of executing and attesting bads and undertakings and other wrigrgs obligatory in the nature thereof. and any such pourer of attorney or certificate baring such facsimile sigrahae or facsimile seal shag be valid and binding upon the Company and any such power so executed and certified by such faaimilee signature and facsimile sal shall be valid and binding upon the Company with rasped to any bond or u nclartaMng to which it is attached.. I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the -Companies-) do hereby cer" that 0i the foregoing extract of the By -Laws of the Companies is true and coned, u the Companies are duly licensed and aulhamed to tfansad surely busies In all SD of the United Stales of America and the District of Columbia and are autof¢ad by to U. S. Tnasuy Deparbnei* fWher, Federal and Vyiamt are licensed in Puerto Rico and the U. S. Virgin Islands, and Federal is licensed In Amencan Samoa, Guar, and each of to Prances of Canada amept Prkhoe Edward slard; and Qu7 the foregoing Power of Attorney is true, correct and in full force and effect. Given umber my hand and seas of said Companies at Warren. NJ thin 29th day of November 2001 14 o o � "� a z W Y � �� 7 r yMD1ANf' kit Nash *hEq Yptt1F IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax ( 908) 9033858 e-mail: suretyCchubb.com 15S0ms rr l zm CCNSE•' Y� FEG I AL INSURANCE COMPANY* STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLD6FS jSlalulcry Basis DECEMBER 31, 2000 (in thousands 01 dollars) LIABIL17iES A.N iD ASSETS SURPLUS TO POLICYHOLDERS Cash ............................ ............................... S (119,636) Outstanding Losses and Los=- Expenses..... S 6,351,035 United States Government, State and Unearned Premiums ..... ............................... 1,991,909 Municipal Bonds ....... ............................... 7,196,780 Provision for Reinsurance ............................ 71,958 Other Bonds ................ ............................... 1,733.846 Other Liabilities.............. .........................,..... 460,512 Stocks.......................... ............................... 261,059 f Short Term Investments ............... I ....... I...... 64,539 Other Invested Assets . ............................... 304,194 TOTAL INVESTMENTS ........................... 9.440,782 TOTAL LIABILITIES .... ............................... I 8.875.414 Inves'mentsinAffiliates: Pacific Indemnity Company ...................... 533,000 Capital Stock ................. ............................... 20,980 Executive Risk Indemnity Inc ................... 306,193 Paid -In Surplus.............. ............................... 672,878 I Grea' Northern Insurance Company ........ 136,978 Unassigned Funds ........ ............................... 2,798,283 j CC Canada Holdings Ltd ......................... 96,109 Unrealized Depreciation of Investments ...... (97,224) Chubb Insurance Company of Europe..... 61,383 vigilant Insurance Company .................... 54,770 SURPLUS TO POLICYHOLDERS ............ 3,394,917 i OtherARiiiaies ........... ............................... 280,416 ( Net Premiums Receivable .......................... 638,320 - Other Assets ................ ............................... 720.380 TOTAL LIABILITIESAND SURPLUS TOTAL ADMITTED ASSETS .................... 512.270,331 TO POLICYHOLDERS ........................... 5 12,270,331 Investments are valued in accordance with requirements of the National Association of Insurance Commissioners. Investments valued at $37,141 are deposited with government authorities as required by law. A CORRECT STATEMENT: Attorney �Je -Fact ette Dominguez a I • PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CITY FACILITY LIGHTING RETROFIT, Contract No. 3477 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 2001. Name of Contractor (Principal) Authorized SignatureTritle Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) PM • 0 • • PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 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 FxI'uA4( _L�5-PA1,1.s17 0,J Qi�C i J9LJJT/L /,6_.S 1476 GAcLE AboNOA. ifae - >Po GA gsoZ6 2. 3. 4. 5. 6. 7. 8. 9. 10. 44. VAIJIA /Gd-rpi&1 -0 UTNf,4l('6u,.�fMAN�Gfx- Bi8der Authorized Signature/Title T CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 PAGE 5 I TECHNICAL ABILITY AND EXPERIENCE REFERENCES ` The undersigned submits herewith a statement of the work of similar character to that i proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number ,2200 Puy To 0N5-01J 1/5-733 -`{7z -o aDDI /4i5'4 fah G'F 513-76L //�2066-k— rllk�FJ&0NIa,J 45`5 =.3200 i otob I PA ND pJjLf;fj.1.s 41 G 3 73 -3333 rr7-A )E✓4/i 4,6v -4i- 4, It C LCit 7/ -67 oZD�I 8t oGKvu cX /T-FIL>q 3 Obi SgriEwA Th/ 9Z4-- ,f(.I -2;6� aDbl F12 y_C i24AII�,&y 60a- 357 -,g - c/xyA. iJJA Tav6 fFLVicE-S 1 /������XflvrivEArcov.T /r�✓q�l� dder Authorized Sionature/Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 NON - COLLUSION AFFIDAVIT State of California ) ) SS. County of,q) PAGE 6 I S C�otj-,c� being first duly sworn, deposes and says that he or she is AiJ of the 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 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. �1VANiA L/G.JTirJd Sir,¢vic�` Bidder Authorized Signaturerritle Subscribed and sworn to before me thisday of ", 2001. [SEAL] ota ry Public OFFICIAL SEAL LISA TICE GREITZER NOTARY PUBLIC-CALIFORNIA COMM. NO. 1276249 SAN DIEGO COUNTY MY COMM. EXP. SEPT. 9, 20114 www� My Commission Expires:TCJ�0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 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 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 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. PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 CONTRACT THIS AGREEMENT, entered into this 11th day of December 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Sylvania Lighting Services, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: CITY FACILITY LIGHTING RETROFIT Project Description 3477 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. 3477, 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. PAGE 9 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 one hundred twenty-two thousand, five hundred sixty -eight and 401100 Dollars ($122,568.40). 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 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Michael J. Sinacori (949) 644 -3342 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: CONTRACTOR Sylvania Lighting Services 13200 Kirkham Way, Suite 110 Poway, CA 92065 858- 679 -5336 858 - 679 -5338 Fax Contractor, by executing this Contract, "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 original 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 0 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 City, itsofficers, agents, 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, agents, 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, agents, 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. 5. Acts of God 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 amount provided that the Work damaged is built in accordance with the plans and specifications. PAGE 12 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 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 negligence or willful misconduct of City, its officers or employees. 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. 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. The rights and obligations set forth in this Article shall survive the termination of this Contract. 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. 0 0 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. ATTEST: r •R CITY OF NEWPORT BEACH A Municipal Corporati n By: Mayor Sylvania Lighting Services By Au thorized Signature and Title .lJ.�jo.�.sd owl -4,4; t/S My dAG�/t 'MARSH USA INC. . CERTIFICATE OF URANCE CERTIFICATENUMBER NYC - 001258548 -01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE ATTN: VERONICA JOHNSON, 212- 345 -8614 POLICY. THIS CERTIFICATE DOES NOT MEMO, EXTEND OR ALTER THE COVERAGE 1166 AVENUE OF THE AMERICAS, 41 ST FLOOR AFFORDED BY THE POLICIES DESCRIBED HEREIN. NEW YORK10036 COMPANIES AFFORDING COVERAGE COMPANY 67306 -e4 -CAS- A NAT'L UNION FIRE INS CO OF PA INSURED COMPANY Sylvania Lighting Services Corp. B AMERICAN HOME ASSURANCE CO 100 Endicott Street COMPANY Danvers, MA 01923 C INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA COMPANY D COVERAGES This certificate supersedes and replaces any previously issued certificate for the policy period noted below. 17 THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MMIDDNY) POLICY EXPIRATION DATE(MMIDDIYY) LIMITS B GENERAL LIABILITY RMGL 612 -4888 10101/01 10/01/02 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 X COMMERCIALGENERALL(ABILITY CLAIMS MADE OCCUR PERSONAL B ADV INJURY $ 1,000,000 EACH OCCURRENCE $ 1,000,000 OWNER'S & CONTRACTOR'S PROT FIRE DAMAGE (Any one fire) $ 1,000,000 MED EXP (Any one person) $ 5,000 B AUTOMOBILE LIABILITY RMCA 5348806 AOS 10/01/01 10/01/02 COMBINED SINGLE LIMIT $ 1,000,000 X B ANY AUTO RMCA 5348807 TX 10 /01 /01 10101/02 BODILY INJURY $ B ALL OWNED AUTOS RMCA 5348808 VA 10101/01 10/01 /02 SCHEDULED AUTOS (Per person) BODILY INJURY $ HIREDAUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ UMBRELLAFORM I $ OTHER THAN UMBRELLA FORM A B WORKERS COMPENSATION AND EMPLOYERS'LIABILITY RMWC5277517 lL,LA,NV,NY,OR, RMWC 5277518 CA I 10/01/01 10/01/01 10/01/02 10/01/02 W TA - LER X TORY LIMITS ER _ EL EACH ACCIDENT $ 1,000,000 EL DISEASE - POLICY LIMIT $ 1,000,000 C THE PROPRIETORI INCL PARTNERS/EXECUTIVE OFFICERS ARE EXCL RMWC 5277521 AIDS 10/01/01 10/01/02 EL DISEASE-EACH EMPLOYEE $ 1,000,000 OTH R DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES /SPECIAL ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS) The City of Newport Beach, its officers, agents, officials, employees and volunteers are named Additional Insured(s) to the auto liability and general liability policies per the attached endorsements with respect to work performed on the project: CERTIFICATE HOLDER - CANCELLATION', - SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE INSURER AFFORDING COVERAGE WILL ERlrYiGCd4 IV MAIL In DAYS WRITTEN NOTICE TO THE City Of Newport Beach Administrative Assistant CERTIFICATE HOLDER NAMED HEREIN, Public Works Dept. 3300 Newport Blvd. CK Newport Beach, CA 92663 MARSH USA INC. By Michael J. Denike MM1(9199)-< -- -- VALID AS OF:.01103102 —, ADDITIONAL INFORMAWN PRODUCER MARSH USA, INC. ATTN: VERONICA JOHNSON, 212- 345 -8614 1166 AVENUE OF THE AMERICAS, 41ST FLOOR NEW YORK10036 067306- e4 -CAS- INSURED Sylvania Lighting Services Corp. 100 Endicott Street Danvers, MA 01923 CONTINUED FROM DESCRIPTION SECTION City Facility Lighting Retrofit for: Marine Center Base of Newport Pier City Hall Annex 3300 Newport Boulevard Balboa Library 100 East Balboa Boulevard Corona Del Mar Library 420 Marigold Avenue Mariners Library 2005 Dover Drive Contract # 3477 Waiver of subrogation for workers' compensation is included. City of Newport Beach Administrative Assistant Public Works Dept. 3300 Newport Blvd. Newport Beach, CA 92663 COMPANY E COMPANY F COMPANY G COMPANY H DATE IMMIDD(YYI NYC - 001258548 -01 01/03/02 COMPANIES AFFORDING COVERAGE INCLUDES COPYRIGHTED MATERIAL OF ACORD CORPORATION WITH ITS PERMISSION. • • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG 20 10 1185 ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS (FORM 8) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Newport Beach, it's 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 further agreed that such insurance as is afforded by this policy or policies for the benefits of the additional insureds(s) shown above shall be primary insurance, but only as respects of any claims, loss or liability arising out of the operations of the named insured(s), his sub - contractors or materialmen or suppliers and any insurance maintained by the additional insured(s) shall be excess and non - contributing. CL 246 (11 -85) CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 INSUREDS COPY • THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT # This endorsement, effective 12:01 A.M. 10/01/2001 forms a part of Policy No. RMCA 534 -8806 issued to Osram Sylvania Inc. on behalf of The City of Newport Beach, it's officers, agents officials, employees and volunteers. by American Home Assurance Company ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section If - Liability Coverage, A. - Coverage, 1. - Who Is An Insured, is amended to add: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter into which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and /or limits of this policy, or 2. The coverage and /or limits required by said contract or agreement. It is further agreed that such insurance as is afforded by this policy or policies for the benefits of the additional insureds(s) shown above shall be primary insurance and no other insurance of the additional insured(s) will be called upon to contribute to a loss. AUTHORIZED REPRESENTATIVE INSURED'S COPY JAN -03 -2002 THU 10:12 AM • FAX NO. • P. 02 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. pu.b(,c U✓br145 DATE RECEIVED: I Z- d DEPARTMENT /CONTACT RECEIVED FROM: S r�I' A tl /,4 o.,7 6)/t gc -' DATE COMPLETED: i- 3- U Z SENT TO: B/Y: I t� n K a "+" r � COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: �4 L 1/o, v< t 4 L r.y kj-Lt/l-0_ 1. GENERAL LIABILITY: A. INSURANCE COMPANY: AmcriztGAu 46MG ASsvr��yy_ B. AM BEST RATING (A VII or greater): 4- 4 V C. ADMITTED COMPANY: ( Must be California Admitted) Is company admired in California? Yes )C� No_ D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? 1.6()0 00v fLer . 2Wovo a Ab E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? YesX No F. ADDITIONAL INSURDED WORDINSi TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it included? Yea_ _/ No G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? YegYNo_ CAUTION1 (CorSrm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include - solely by ngligence" wording? Yes No I. NOTIFICATION OF CANCELLATION: Although thorc is a provision that requires notification of cancellation by certified mail; per Laurent Farley the City will accept the endeavor wording. 11. AUTOMOBILE LIABILITY: , I /� A. INSURANCE COMPANY: kw�Yttc qAv eta mk As" V ro vt c_¢_ B. AM BEST RATING (A VII or greater): XI/ C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes X No_ D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits provided? 1,06 07 Of! l E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers , agems, officials, employees and volunteers). Is it included? Yes No F. PRIMARY AND NON CO UTORY 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 mail; per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION: -9 }} / / & q `( F A. INSURANCE COMPANY: ArAe1Ly-AA) 00MF &Stwa nca ( B. AM BEST RATING (A VII or greater) X V ` C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? YesX No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes )r No IFYO�WHICH ITEMS NEED TO BE COMPLETED? League g Co�,M�. -1 Kr r t N`U^ `i o,tnd for CDA r tla,�0,,.) I,t)o rokhet, 7e is CCC jo s b Ir w►ur\ At% 45;-CO K5%,JA�:T +� u nnk. a .0 cj C f! w r (je k p v -, r po r hIto � n or, +4u Cr1%AL! � t �5 W t !-e CO AAA10, e.d. S LQ vLS e-Kd k . M,..As - av�rJ kv'J c,D +t%k h(xVLCJ uruAeti, pov-kl ,,t , JAN -03 -2002 THU 10:12 AM • FAX N0. 0 P, 01 KCAL- SURANCE COMMERCIAL DEPARTMENT FAX COVER SHEET DATE: %'a 3 ",u 7:7 ------ ------------------------------------- TOTAL N . OF PAGES INCLUDING COVER ( ) ------ - -------- - - - - -- --------------------------------------- FAX NO 9'f I -�M- 33/g FAX NO.: (714)939 -1654 COMPANY: c[/-y aC SENDER: Mark Zahoryin ATTENTION: �5j)o,vt7a GL,,P� PHONE NO.: (714) 939 -7463 -------------------------------------------------------- - - - - -- -... w•— w ........ .... .. n. .....w n n s... Me n —.— r. MM�O -w.0 . �.. wM mww . ��..000.1614 Company Profile Page 1 of 2 AM cakftrw Company Profile I nffirrcQ FEDERAL INSURANCE COMPANY P.O. BOX 1615 WARREN, NJ 07061 -1615 800 - 252 -4670 Agent for Service of Process SCOTT CARROLL, 801 SOUTH FIGUEROA STREET SUITE 2400 LOS ANGELES, CA 90017 Unable to Locate the Agent Pof, Service of Process? Reference Information NAIC #: NAIC Group #: California Company 11) #: Date authorized in California: License Status: Company Type: State of Domicile: 20281 0038 0059 -6 December 18, 1902 UNLIMITED- NORMAL Property & Casualty INDIANA Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the l scary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS http: / /www4. insurance. ca. gov/ wu/ idb _co_prof_utl.get_co_prof?p_EID =2652 01/02/2002 0 i 1 1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT WMR �J1l� CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 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. 3477 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 MARINE DEPARTMENT 4 3 1. Replace Sixty -Eight Four Foot wrap fixtures, and Five (5) ceiling incandescent fixtures with ,S,xry £/6Nr(bx >, New Four Foot Two -Lamp (4ft 2L) Surface Wrap Fixtures to include Quicktronic QT 2 x 32 120ASSC Electronic Ballasts and Two (2) Octron F032/841 /XP/ECO, 24,000 hour rated life T8 Lamps. @ /DI—Dollars and o Cents Per Each Fixture $10906 $ 75q 12. 0 0 2. .24r Replace Thirteen (13) Eight Foot Two4amp fixtures with jy,z -f?fpl e'13) New E16N'rAoo f' �� �accoSEA W.gTZOCgTioiJ 1v2FAY�Fixn� -�I >i l.uef ✓v,F F0✓.�lu) f03L/P4f 11X / 1EGd 14000//0u( ,QA /ff TrZANT lik TANOFW�ONE(",) Q'T %I X 3 Z 12- 15' /jEPG/rcE f�vE 15) Go ✓-c (.A171°'ell7w, X'6iw/, e'v 0jrE3 alE� �o c 1yo cJ Su O- F•i ce /'/y1-V-tEf I-b iN c w�E Ti/o ez) lo32 /8Y /xi' /Ecd @ / 7 `3 Dollars and (oo Cents Per Each Fixture $ /79. o $ 3Z3Z.9L 2�r 8o�- rra,✓z. �n'r�� � / �E T8 c.� r�/�J- ,i..o oi✓� l )Q ✓,cam „c�.�ic C�-(Zx3J- /yo /�s FLECTitor/G {j,��c�TT Li`Nr ac/(ciG,SF.iAT•to.� -� tT�✓ .�2.frS� o.t. ,�¢c✓A C • PR 2 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Marine Dept (cont'd) 3. 4 Retrofit Four (4) rooftop Four Foot, One -Lamp (4ft 1 L) flood fixtures with Electronic Ballasts and 1/F032/814/XP/ECO 24,000 hour rated life lamps. @ / Dollars and gg Cents Per Each Fixture $ $ 2 `E 7 ANNEX 2`1-1 •`�ln 4. 8 Replace Six (6) Eight Foot (811) surface fixtures in Hallways with Eight (8) New Four Foot Two-Lamp (4ft2L) Surface Wrap Fixtures to include Quicktronic QT2 x 32/120/IS-SC Ballasts and Two (2) Octronic F032/841/XP/ ECO T8 Lamps. @ / v i Dollars and O Cents Per Each Fixture $ /of, o o $ L�7,2 ° -0 5. 8 Replace various fixtures in private offices of Loughrey, Peart, Veches and McGuire with Eight (8) - Two (2) for each office - New Four Foot Two- Lamp (4ft2L) Surface Wrap Fixtures to include Quicktronic QT2 x 32 /120AS -SC Ballasts and Two (2) Octronic F032/841/XP/ECO T8 Lamps. @ 0 9 Dollars y and Cents Per Each Fixture $ /yg. b--0 $ �7-o?. J 6. 4 Replace Four (4) Eight Foot Fixtures in Scott Williamson's Office with Four (4) New Four Foot Two-Lamp (4ft2L) Quicktronic QT2 x 321120AS -SC Ballasts and Two (2) Octronic F032/841/XP/ECO T8 Lamps. @ / X5' Dollars SOl • 2-( and 3 / Cents Per Each Fixture $ / ZS 3 f $moo / • L G ft • PR3OF18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE _ i ►TTir- rW(T- 71VG.) 1 7. 6 Replace Four (4) ceiling fixtures in Anthony Personnel Room and Janitorial Closet #2, and Two (2) Eight Foot (81t) fixtures inTelephone Switch Room with Six (6) - 2 each - New Four Foot Two-Lamp (4ft2L) Surface Wrap Quicktronic QT2 x 321120/1S -SC Ballasts and Two (2) Octronic F032/841/XP/ECO T8 Lamps. @ ° Dollars and � Per Each Fixture Cents $ 109. 0 J 8. 3 Replace ceiling fixtures in Men's & Ladies' Restrooms and File Hallway with Three (3) - 1 each - New Four Foot Two-Lamp (4ft2L)Surface Wrap Quicktronic QT2 x 32/120/IS -SC Ballasts and Two (2) Octron F032/84I1XP/EC0 24,000 hour rated life T8 Lamps. @ 4 Dollars and o Cents Per Each Fixture $ /09 • co $ 3 2-7. 9. 2 Replace Two (2) 2'x 4' recessed fixtures in K. Carey's Office with Two (2) New 2'x 4' Two-Lamp (2L) Recessed Fixtures to include Quicktronic QT2 x 321120AS -SC Ballasts and Two (2) Octronic F032/841/XP/EC0 T8 Lamps. @ V3 5 Dollars 2.'1©. Uz and 3 t Per Each Fixture Cents 2-?o• (.3 10. 3 Replace Three (3) incandescent lamps in Janitorial/Equipment Closets and hallway Ceiling with Three (3) 23Watt Electronic Ballasted Compact Fluorescent Spring Lamps. @ Z 7 Dollars and ICents Per Each Fixture $ Z 7• i $ $ �� J 11. 1 Replace One (1) 90Watt incandescent fixture in Ladies' Restroom "Vanity" with a New 26Watt CFL Flush Mounted Ceiling Fixture. @ Dollars and -3L—Cents Per Each Fixture $ 92-51 $ 7 7.3/ r F PR 4 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 1 One (1) 4ft Two lamp (4111:2L) Wall Mount in Men's R /R. @ 13 !_Dollars and Cents Per Each Fixture 36z I BUILDING C FIRST FLOOR GENERAL AREA & HALLWAY 13. 73 Replace Seventy -Three (73) Two Foot x Two Foot (2'x 2')Two-Lamp (2L) U -6 fixtures with Seventy -Three (73) New Three -Lamp (3L) 2' x 2' Fixtures to include QT 3 x 321120AS -SC Electronic Ballasts and 3/F017/841/XP/ECO T8 Lamps. @ /`/< ' Dollars and �` Cents Per Each Fixture $ / L/ y $ / C 6 3�� • 7 14. 6 Replace Eight (8) Mercury downlights with Six (6) 2'x 4' recessed Two-Lamp (2L) fixtures to include Quicktronic QT 2 x 32 /120AS -SC and Two (2) Octron F032/841/XP/ ECO 24,000 hour rated life T8 Lamps. @ 13 S Dollars 81 t o Le I 3 f Cents and Per Each Fixture $ $ Y/ /• !Cllr GENERALAREA 15. 5 Replace Five (5) "louvred" Four Foot Two-Lamp (4ft2L) wall mounted fixtures with Five (5) New Four Foot Two-Lamp (4ft2L) Wall Mounted Fixtures to include Quicktronic QT 2 x 32 /120AS -SC and Two (2) Octron F032/841/XP/ECO 24,000 hour rated life T8 Lamps. f @ 2 Dollars 23•SJ I / and Cents Per Each Fixture $ Z24. r $ 1 / 2-3• CJ E 0 PR 5 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 6 Replace Six (6) 2'x 4' recessed fixtures in the Conference Roomand Lois Thompson's Office with Six (6) 2' x 4' Quicktronic QT 2 x 32 /120AS -SCF and Two (2) Octron F032/841 /XP/ECO 24,000 hour rated life T8 Lamps. @ 3 S Dollars and 6/%. 3 i Cents Per Each Fixture $ Y // • z�y STEVE BADUM'S OFFICE 17, 6 Replace Six (6) 2' x 4' recessed 4 -Lamp fixtures with Six (6) New 2' x 4' Paracube Lens Two Lamp (2L) fixtures to include Quicktronic QT 2 x 32 /120AS -SCand Two (2) Octron F032/841/XP/ECO 24,000 hour rated life T8 Lamps. No AB. @ /` / 7 Cents and Dollars '`©� p2 Per Each Fixture $ / G 7 $ 16>05. ° 3 FA 18. 10 Replace Ten (10) 2'x 4' recessed Four -Lamp (4L) Paracube Fixtures with Ten (10) New 2' x 4' Three -Lamp (3L) Paracube Lens Fixtures to include 2/Quicktronic QT 2 and QT 1 x 32 /120AS -SC and Three (3) Octron F032/841/XP/ECO 24,000 hour rated life T8 Lamps. These fixtures to be wired for AB Switching in each office. @ / g I Dollars and l°i l Ip.�7b Per Each Fixture &?—Cents $ l9 19. 8 Replace Eight (8) 2'x 4' Four -Lamp (4) recessed Paracube fixtures in Three (3) Cubicles with Eight (8) New 2'x 4' Paracube Lens Three -Lamp (3L) Fixtures to include Quicktronic QT 3 x 32 /120AS -SC and Three (3) Octron F032/841 /XP/ECO 24,000 hour rated life T8 Lamps. No AB. @ / 7 / Dollars and 67 Cents Per Each Fixture $ ),x,s% Ll 0 PR 6 OF 16 ITEM OUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE I ;M511 ie r.I 20. 14 Replace Fourteen (14) Four Foot Two-Lamp (4ft2L) wall mounted and surface fixtures in the Men's & Ladies' Restrooms, Rear Entrance Hall, "Tract Room" and 2/Storage Closets with Fourteen (14) New Four Foot Two-Lamp (4ft2L) Surface Mounted Wrap Fixtures to include Quicktronic QT 2 x 32 T8 /120V/1S -SC and Two (2) Octron F032JB41 /XP/ECO 24,000 hour rated life T8 Lamps. @ /3 ` Dollars t and cl fi b � T Per Each Fixture Cents $ 9 0 (, • o c7 21. 5 Replace Five (5) 2 -Lamp EXIT SIGNS with Five (5) New EXIT SIGNS with Green LED's and Emergency Battery Back -Ups. @ / 8 Dollars and �3 �f • / � Per Each Fixture Cents $ /c> $ Sy SECOND FLOOR 154+ 15 12 PRIVATE OFFICES 22. 32 Replace Thirty-Two (32) 2' x 4' Four -Lamp (4L) recessed fixtures having AB switching with Thirty-Two (32) New 2'x 4' Two-Lamp (2L) Fixtures to include Quicktronic QT 2 x 32 /120AS -SC and Two (2) Octron F032 1841 /XP/ECO 24,000 hour rated life T8 Lamps. To be wired for AB Switching of Alternate Fixtures. @ / 3 S Dollars and 4:g.V q2 C 3 / Cents Per Each Fixture $ /3 5 3 / $ `443a• ° I° 3 PRIVATE OFFICES 23. 3 Replace Three (3) 2 x 4' Four -Lamp (41.) recessed fixtures withThree (3) New 2' x 4' Two-Lamp (2L) Fixtures to include QuicktronicQT 2 x 32 /120AS -SC and Two (2) Octron F032/841 /XP/ECO 24,000 hour rated life T8 Lamps. @ _ l3 S Dollars 31 Cents 409013 Per Each Fixture $ Yj-1'l $ °S cl 9 PR7OF18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE , 70117-7ilirol 24. 3 Replace Eight (8) surface mounted fixtures in Filing Room, Men's and Ladies' Restrooms and Planning Room with Eight (8) New Four Foot Two -Lamp (4ft2L) Surface Wrap Fixtures to includeQuicktronic QT 2 x 32 /120AS -SC and Two (2) Octron F032/84 I /XP/ECO T8 Lamps. @ yc! Dollars and V Cents Per Each Fixture $ / c 25. 16 Install Sixteen (16) EM30 Wall Mounted Emergency Battery 2 -Light Back -Up Fixtures, One (1) in each of 4 Restrooms (4),One (1) in each corner of both floors (8) and Two (2) on each Staircase (4); Total Sixteen '(16). @ / ° Dollars / and Per Each Fixture Cents $ $ COUNCIL CHAMBERS 26. 29 Retrofit Twenty -Nine (29) surface mounted Four Foot, Two Lamp (4ft2L) fixtures in Auditorium to include Quicktronic QT 2 x 32 120 /IS -SC Electronic Ballasts and Two (2) Oc1ronF032/841 /XP/EC0 24,000 hour rated life T8 Lamps. @ G 4 Dollars 72 and X18'33 Cents Per Each Fixture $ 7 $ 7F .5 % 27. 8 Retrofit Eight (6) Two Foot x Four Foot (2'x 4')Four (4) Lamp Paracube fixtures (2'x 4) to include Quicktronic QT 2 x 32 /120AS -SC Electronic Ballasts and Two (2) Octron F032/841 /XP/ECO, 24,000 hour rated life TO Lamps. @ `% Dollars and � '7 Cents ✓ ��• ��P Per Each Fixture $ 7 $ s/� 7 9 PR 8 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 1 Replace One (1) Four Foot One -Lamp (4ft1L) fixture in Meeting Room Restroom and One (1) Eight Foot Four -Lamp (8ft4L) fixture in Chair Storage Closet with Two (2) New Four Foot Two-Lamp (4ft2L) Surface Mounted Wrap Fixtures to include Quicktronic QT 2 x 32/120/IS -SC Electronic Ballasts and Two (2) F032/841 /XP/EC T8 Lamps. @ °q Dollars and � Cents Per Each Fixture $ i c) g ' `� $ 9 " 29. 10 ReplaceTen (10) R40incandescent lamps in Lobby with Ten (10) 23Watt Uniflood HPF Electronic Ballasted Compact Fluorescent R40 Lamps. Remove Dimmer Control from Switch Panel @ Dollars and g� Cents Per Each Fixture $ �/ ` $ `7(l 7 30. 2 Replace Two (2) 150Watt incandescent lamps in Stage Closet with Two (2) 23Watt HPF Electronic Ballasted Compact Fluorescent Spring Lamps. 4 18 O,n R @ Z Dollars :54.S% and Cents Per Each Fixture $ 2 %• / g $ 15�• j 7 31. 1 Replace One (1) PAR 30 incandescent downlight in Hallway Vestibule with One (1) 16Watt R40 Electronic Ballasted Compact Fluorescent Lamp. @ �" Dollars and 21 Cents Per Each Fixture $ 1 Z, - Zi $ y Z • Z I 32. 5 Replace Five (5) Outside canopy downlights with Five (5) 27Watt R40 Weatherproof Electronic Ballasted CFLs. @ 3 Dollars and S 2-Cents Per Each Fixture $ 3 / S� $ l S7• S� PR 9 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE MIS/GIS - COMPUTER ROOM 33. 8 Replace Eight (8) 2' x 4' recessed parabolic 3 -lamp fixtures with Eight (8) New 2 x 4' Three (3) Lamp Parabolic Fixtures to include 2/Quicktronic QT 2 x 32/120AS -SC Ballasts wired for A.B. Switching and Three (3) Octronic F0321841/XPS/ECO T8 Lamps. @ 3 Dollars and Cents 2 Per Each Fixture $ 3 / $ COMPUTER INNER ROOM 34. 1 Replace One (1) 2'x 2' recessed fixture with One (1) New 2'x 2' Recessed Fixture to include One (1) Quicktronic QT 3 x 32 /120AS -SC Electronic Ballast and Three (3) Octronic F017/XP/ECO/T8 Lamps. @ `f 3 Dollars and 9 �v Cents Per Each Fixture 35. 1 Install One (1) EM30 Emergency 2 -Light Battery Back -up fixture on wall. @ 2 3 Dollars and / Cents Per Each Fixture $ 230.91 $ 2-?0.71 GIS HALLWAY 36. 6 Replace Six (6) 2' x 4' 4 -lamp recessed paracube fixtures with Six (6) New 2' x 4' Two (2) Lamp Paracube Fixtures to indudeQuicktronic QT 2 x 321120AS -SC Ballasts and Two (2) Octronic F032/841 /XP/ ECO/2/T8 Lamps. @ / (► Dollars and /7 r;pnts Per Each Fixture I I &oq .r7 z I $ 1, FJ J 7 $/009. a3 0 PR 10 OF 18 j ITEM QUANTITY !� AND UNIT ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE Building D (cont'dl 37. 42 GIS/GENERAL AND PRIVATE OFFICES Replace Forty-two (42) 2' x 4' recessed Four (4) lamp paracube fixtures with Forty - Two (42) New 2'x 4' Recessed Three (3) Lamp Paracube Fixtures to include Quicktronic QT 3 x 32 /120AS -SC Electronic Ballasts and Three (3) Octron F032 /841/XP/ECO T8 Lamps. (no AB wiring is required) @ 17/ Dollars 12 > and Cents Per Each Fixture $ /7L 6 7 $ 7 2-10. 2--D 38. 2 Replace Two (2) wall mounted Four Foot Two -lamp (02L) fixtures in Men's and Ladies' Restrooms (1 each) with Two (2) New Four Foot Two Lamp (4ft2L) Wall Mounted Fixtures to include Quicktronic PROSTART QT 2 x 32 /120 /IS -SC Ballasts Two (2) Octronic F032/841 /XP/ ECO 2/T8 Lamps. 13 @ Dollars and Cents Per Each Fixture $ / 3 6 • l `l $ 27 2 ' L! 39. 2 Replace 2 1100Watt incandescent lamps in Storage Closet with (2) 23Watt CFLa -11 20 Spring Lamps. @ L7 Dollars and � 9 Cents Per Each Fixture $ 2 % • l g $ PRINT SHOP 54' 38 40. 10 Replace Ten (10) 2' x 4' recessed Four -Lamp (4L) fixtures withTen (10) New 2' x 4' Two -Lamp (2) Fixtures to include Quicktronic QT 2 x 32/120/IS -SC Ballasts Two (2) Octron F032/841/XP/ECO T8 Lamps. 3 @ Dollars and 3 / Cents Per Each Fixture $ / 3 S • ?l $ / 3 S3 l y Ll PR 11 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE r,, 1 .� ' PRINT SHOP HALLWAY 41. 2 Replace Two (2) 100Watt ceiling lamps with Two (2) New Four Foot Two-Lamp with 1 Two (2) New Four Foot Two-Lamp (4ft2L) Surface Wrap Fixtures to include Quicktron QT 2 x 32/120/IS -SC Ballasts Two (2) Octron F032/841 /XP/ECO T8 I Lamps. @ / 9 Dollars and Per Each Fixture Cents $ 9• ffo $ 2 MAILROOM 42. 8 Replace Eight (8) 2'x 4' recessed Four -Lamp (4L) fixtures with Eight (8) New 2' x 4' Two-Lamp (2L) Fixtures to include Quicktronic QT 2 x 32 /120AS -SC Ballasts Two (2) Octron F032/841/XP/ECO T8 Lamps. Dollars 3 f and C Per Each Fixture $ /3 S 3 / $ /o ��• / MAILROOM HALLWAY 43. 1 Replace One (1) Four Foot Two-Lamp (4ft2L) Surface Fixture with One (1) New Four Foot Two -Lamp (4ft2L) Surface Fixture to includeQuicktronic QT 2 x 32/120/IS- SC and Two (2) Octron F032/841/XP/ECO T8 Lamps. @ / c> �/ Dollars fl and Cents Per Each Fixture $ / o S. o o $ STATIONERY STORAGE 44. 6 Replace One (1) Eight Foot Four -Lamp (8ft4L) fixture,Three (3) surface and One (1) wall- mounted Four Foot Two-Lamp (4ft2L) fixtures and One (1) 100Watt incandescent ceiling fixture with Six (6) New Four Foot Two-Lamp (4ft2L) Wrap Fixtures to include Quicktronic QT 2 x 321120AS -SC Ballasts Two (2) Octron F032/841/XP/ECO T8 Lamps. @ / O q Dollars and Cents I, Per Each Fixture $ $ �T c7 9 0 PR 12 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE FIRE ADMINISTRATION FIRE MARSHALL'S OFFICE 45. 17 Replace In General Office, Reception, Seventeen (17) 2'x 4'4-lamp recessed fixtures with Seventeen (17) New 2' x 4' Two -Lamp (2L) Fixtures include Quicktronic QT 2 x 32 /120AS -SC Ballasts Two (2) Octron F032/841/XP/ECO T8 Lamps. @ / 3 Dollars Z and 31 Cents Per Each Fixture 3 / $ L3 0 3 46. 1 Replace One (1) 2'x 2'2-Lamp U -6 fixture with One (1) New 2'x 2'3-Lamp Fixture to include One (1) Quicktronic QT 3 x 32/120/IS -SC Electronic Ballast and Three (3) Octron F017/XP/ECO T8 Lamps. @ Dollars and c% Cents Per Each Fixture $ X75 q $ S J 47. 2 Replace One (1) Four Foot Two-Lamp (4ft2L) wall mounted fixture in Men's restroom and One (1) Three -Lamp globe fixture in Ladies' Restroom with Two (2) [One (1) each] Four Foot Two -Lamp (4ft2L) Wrap Fixtures to include Quicktronic QT 2 x 32/120/IS -SC Ballasts Two (2) Octron F032/M/XP/ECO T8 Lamps. @ /3 �O Dollars 2'12.28 and / `f Cents Per Each Fixture $ l 3 • l Li $ 2 7 2-. Zy 48. Replace One (1) 100Watt incandescent lamp on Stairs with One (1) Matt CFL Spring Lamp. @ Z % Dollars and / g Cents Per Each Fixture $ Z ! / �/ $ 2- % / g C r • I PR 13 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE � 1 -� FIRE CONFERENCE ROOM 49. 9 Replace Nine (9) 2'x 4' recessed 4 -lamp fixtures with Nine (9) New 2' x 4' Two- Lamp (2L) Fixtures to include Quicktronic QT 2 x 32 /120AS -SC Ballasts Two (2) Octron F032/841/XP/ECO T8 Lamps. @ W_ Dollars 3 / and Cents Per Each Fixture $ l 3 S 3 / $ CITY ATTORNEY'S HALLWAY, MEN'S AND LADIES RESTROOMS 50. 3 Replace Three (3) Z x 4' Four -Lamp (4L) recessed fixtures with Three (3) New 2' x 4' Two -Lamps (2L) Fixtures to include Quicktronic QT 2 x 32 /120AS -SC Ballasts Two (2) Octron F032/841/XP/ ECO T8 Lamps. @ /3 C Dollars 2 and A � ✓ 3 Cents Per Each Fixture $ 1� S 22 $ `f °S•5 `f 51. 2 Replace Two (2) incandescent ceiling fixtures in A -Z File Room with Two (2) New Four Foot Two-Lamp (4ft2L) New Four Foot Two-Lamp (4ft2L) Surface Wrap Fixtures to include Quicktronic QT 2 x 32 /120AS -SC Ballasts and Two (2) Octron F032/841/XP/EC0 T8 Lamps. @ / ° Dollars and Per Each Fixture _-2—Cents $ /07.00 $ 2/ �• o a 52. J.1'r /os x 2') (117)fiJft,2' x � =L x 4) We T8 Lamps. I S� A)4k r- A�E @ //-- Dollars (� 9 and Cents Per Each Fixture $ /� 0 `3 $ /G 1 �i �• 7 d s ,4i)Dj5NIO 0 awl BALBOA LIBRARY ITEM 52 CHANGE BID ITEM TO READ AS FOLLOWS — QUANTITY 105 Replace ninety -one (91) two -foot x four -toot (2' x 4') surface wraps and two (2) two -foot x two -foot (2'x 2') surface wraps with ninety -three (93) new four - foot x 14 -inch, 3 -lamp surface wraps to include one (1) Quicktronic OT 3 x 32 /120V /IS -SC electronic ballast and three (3) Octron F032 /841 /XP /ECO, 24,000 -hour rated life T8 lamps. LIGHTOLIER DOMINAIRE WB Series 340 of equal; and, Replace twenty -four (24) four -foot, four -lamp (4 -foot 4L) pendant hung wrap fixtures in the MYSTERY /BIOGRAPHY /SCI -FI /NON - FICTION Room with twelve (12) eight -foot, four -lamp (8 -foot 4L) fixtures, pendant hung to include one (1) QT 4 x 32/120/IS electronic ballast and four (4) F032 /814 /XP /ECO 24,000 -hour rated life T8 lamps in tandem. LIGHTOLIER KLT JETSTAR Wrap 24212004- IS- OSR <20% (2) ASC24CSP orASC 24CSP or ASC 48CSP as required, or equal. E L PR 14 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Balboa Library (conVd) 53. 10 Replace Ten (10) 75Watt incandescent lamps with Ten (10)TCP 16Watt 1 -Piece ` Electronic Ballasted R30 Compact Fluorescent Lamps. I @ 2 2- Dollars 2Z-2. IO and 2I Cents Per Each Fixture 22 • i 54. 18 Replace Twenty -Four (24) 2'x 4' and 2'x 2' dropped surface mounted fixtures with Eighteen (18) 2'x 4' Three -Lamp (3L)Acrylic Surface Wraps to include Quicktronic QT 3 x 32 /120AS -SC Ballasts and Three (3) Octron F032/841/XPS/ECO, 24,000 hour rated life T8 Lamps. 'These fixtures to be mounted parallel to the Bookcases they illuminate @ 2 (° Dollars 2 22 7 and 2 Z$ Per Each Fixture $ /2- 28'2 ✓`F 55. 20 Replace Twenty (20) 2' x 4' surface mounted 4 -lamp fixtures in Library Rooms with Twenty (20) 2'x 4'3-Lamp Surface Wraps to include Quicktronic QT 3 x 321120AS- SC Ballasts and Three (3) Octron F032/841 /XP/ECO, 24,000 hour rated life T8 Lamps. @ /Z� and Dollars 2!5 35 I %5 Cents Per Each Fixture $ / Z G $ Z S�3 S! 71 56. 8 Replace Four (4) Eight Foot x 6 inch surface mounted fixtures with Eight (8) Four Foot Two -Lamp (4ft2L) Acrylic Surface Wraps to include Quicktronic QT 2 x 32/120/ IS -SC Ballasts and Two (2) Octron F032A3411XP/ECO, 24,000 hour rated fife T8 Lamps. @ Dollars 0 and Cents Per Each Fixture $ 109. o C, • PR 15 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Corona del Mar Library (cont dl 57. Replace Forty-Seven (K2' x 4' recessed 4 -lamp fixtures in Library Rooms with t¢8 Forty -Seven (4$) New 2' x 4' Recessed 3 -Lamp Fixtures to include 1 /Quicktronic QT 3 x 32 /120AS -SC Ballasts and Three (3) Octron F032/ 841/XP/ECO, 24,000 M 59 [ *0 hour rated life T8 Lamps. @ Dollars �Gj�jQ• �l� and C Per Each Fixture J� � ents $ 137 $ Gs��. S/ Replace Eight (8) 2'x 4'4-lamp recessed fixtures in Offices, Staff Lounge and Magazine Room with New 2'x 4' Recessed Fixtures to include Quicktronic QT 2 x 32 /120 /IS -SC Ballasts and Two (2) Octron F032/ 841 /XP/ECO, 24,000 hour rated life T8 Lamps. @ �3� Dollars and -3 Cents Per Each Fixture $ /3 S'•-3 1 $ /0 8") -r/ 5 Replace Five (5) incandescent ceiling fixtures in Restrooms, StorageCloset and Magazine Closet with Five (5) New Four Foot Two-Lamp (4ft2L) Surface Wraps to include QT 2 x 32 1120 /IS -SC Ballasts and Two (2) Octron F0321841/XP/ECO, 24,000 hour rated life T8 Lamps. @ 13(0 Dollars too, -70 and / Y Cents ` Per Each Fixture $ IY6. /Y $ Gffd -7l Replace One (1) ceiling fixture in Magazine Room Restroom with New 22Watt Compact Fluorescent Lamp Ceiling Fixture. @ 103 Dollars and S�3 Cents Per Each Fixture $ 103- �j PR 17 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ui i- - .•� 65. 31 Replace Thirty -One (31) 2' x 4'4-Lamp recessed fixtures in General Offices and Staff Lounge with 31 New 2' x 4' Two-Lamp (2L) Recessed Fixtures to include Quicktron QT 2 x 321120AS -SC Ballasts and Two (2) Octronic F032/841/XP/EC0 T8 Lamps. @ Dollars and 3l Cents Per Each Fixture $ l 3 5 3/ $ 3 2 p �d 66. 14 Replace Fourteen (14) 2'x 2' recessed U -6 fixtures with New 2'x 2' Recessed Fixtures to include Three (3) F017/814/XP/ECO Lamps and Quicktronic QT 3 x 32/120/IS -SC Electronic Ballasts. @ / �� Dollars 2043• -, and Cents Per Each Fixture $ 20 3. O 67. 9 Replace Nine (9) incandescent lamps in Hallway and Restrooms with Nine (9) Four Foot Two -Lamp (4ft2L) Surface Wraps to include Quicktronic QT 2 x 32 /120AS -SC Ballasts and Two (2) Octron F0321841/XP/ECO T8 Lamps. @ / i Dollars and 0---.Cents F Per Each Fixture $ / o ° ° $ 68. 2 Replace incandescent lamps in Table Storage and Janitorial Storage Closets with Two (2)18Watt CFL Spring Lamps. @ 2 7 Dollars and = ,919j ' �/ Cents I Per Each Fixture $ 2 ! �' $ sT ` 37 69. 1 Replace Outside Front Entrance Canopy fixture with One (1) Four Foot Two-Lamp (4ft2L) Enclosed Weatherproof Fixture to includeQuicktronic QT 2 x 32 /120AS -SC Ballast with 2/F032/841/XP/ECO Lamps. Dollars and Per Each Fixture Cents $ PR 16 OF 18 l ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL r AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE MARINER'S LIBRARY 61. 24 Replace Twenty -Four (24) Four Foot Two-Lamp (4ft2L) fixtures in 8ft molded surface wraps in the Multi- Purpose Room with Twenty -Four (24) New Surface Mounted Four Foot Two -Lamp (4ft2L) Acrylic Fixtures to includeOuicktronic QT 2 x 32 /120AS -SC Ballasts and Two (2) Octron F032/841/XP/ECO T8 Lamps. @ / 6 q Dollars and ` D I Per Each Fixture Cents $ / D q . o -t> $_L6 6 / G - o -1:1 62. 4 Replace Four (4) 150Watt R40 downlights in the Multi- Purpose Room with Four (4) 26Watt HPF Electronic R40 Uniflood CFL Lamps. @ Dollars lo-?44- and Cents Per Each Fixture $ 1�3 ' 63. 7 Replace Two (2) Four Foot Two-Lamp (4ft2L) in Outside Restrooms and Five (5) Four Foot Two-Lamp (4ft2L) in Recreation Office with Seven (7) New Four Foot Two-Lamp (4ft2L) Surface Wraps to include Quicktronic QT 2 x 321120AS -SC Ballasts and Two (2) Octron F032/841/XP/ECO T8 Lamps. @ / 0 9 Dollars O and Cents Per Each Fixture $ 10q. ° $ ��3• ° 64. 125 Replace One Hundred Twenty -Five (125) Two Foot x Four Foot (2'x 4') Four -Lamp (4L) recessed fixtures in the Library Rooms and Front Lobby Area with 125 New 2' x 4' Three -Lamp (3L) Recessed Fixtures to include Quicktronic QT 3 x 3211'20/IS- SC Ballasts and Three (3) Octron F032/841 /XP/ECO T8 Lamps. @ / 3 ,f Dollars and F1 Cents Per Each Fixture $ $ 72 LJ ,w • PR 18 OF 18 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS u.0 arc ej rwEti ry rw- 17}e f xr� Two Dollars and _Cents 1241 2L2-. /1 Total Price (Figures) A o JkH4C1L d 3 0 0 Date P�o�E• ��-G�y -s 33 � Bidder's Telephone adn Fax Numb ers -Z' -/O I:t3/714. �4 Bidder's License No(s). and Classification(s) AP fy1.,4 A /GPI % /l1G Jt�V /GEf Bidder idder's Aut orized Signature and Title 132' /<� 2 14' t4z'7 Srf110 Pow9y. 9-A 92-o6J' Biddddress CvrY�� NOU. -27 -2001 07:55 rCITY OF NEWPORTBERCH 9$9,544'3318 P.04/05 • • Page: 3 of 3 I Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid Will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. NA) /s ��- Bidder's Name (please Print) Attachements: Mandatory Pre -Bid, November 20, 2001, List of Attendees tausers\pbwlsharedlcontractsVy 01- 021city tacility lighting project c- 34771addendum_doc NOV -27 -2001 07:54 CITY OF NEWPORTBERCH 949 644 3318 P.02i05 • Page: 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT �I .v c � %P \� FO ADDENDUM NO. 1 CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 DATE: ;*`c Works Director TO: ALL PLANHOLDERS WHO ATTENDED THE MANDATORY PRE -BID JOB WALK Following are Changes to the City Facility Lighting Retrofit based on the mandatory pre -bid job walk on November 20, 2001, list of attendees attached to this addendum. SPECIAL PROVISIIONS SECTION 2-- -SCOPE AND CONTROL OF WORK 2 -6 WORK TO BE DONE. Add the following to the end of the paragraph: Contractor shall inspect every removed fixture to verify that it does not have a PCB ballast. If the fixture does has a PCB balast, the Contractor shall dispose of the PCS balast into City provided hazardous material drams at each site. The City will also dispose of lamps if boxed and stacked neatly. The Contractor will be allowed disposal dumpsters for all other removed materials only at the City Hall and the Marine Department. f: \users \pbw\shared\contracts \fy 01 -02 \city facility lighting project c- 3477 \addendum.doc SP 1 OF 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (3) Standard Specifications for Public Works Construction (1997 edition), including supplements; and (4) the 1998 California Building Code. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. 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 replacing light fixtures in various City facilities, including installation of new ceiling support wires as required by the California Building Code. Section 6.7.4 — Working Hours — lists the addresses of the five buildings where work will take place and the times when work will be allowed. Fixtures shall be Lightolier or approved equal accepted by the City prior to the bid of the project. MADATORY PRE - BID /JOB WALK REQUIRED A mandatory pre -bid job walk is required.for this project. Contractors are to meet at the City Hail, 3300 Newport Boulevard, Newport Beach — Fire Conference Room at 9:00 a.m., November 20, 2001. Bids will be rejected for Contractors who fail to attend this meeting. A tour of each facility will take place. The City Electrician and Utilities Engineer will conduct the tours from 9 :00 a.m. to 12:00 p.m., starting at the Fire Conference Room." 0 0 1 1 2 2 2 2 2 2 2 2 3 3 3 R 3 3 3 4 4 Li PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 INTRODUCTION 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 -3.2 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 5 UTILITIES 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS 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 1 1 2 2 2 2 2 2 2 2 3 3 3 R 3 3 3 4 4 Li SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -7 COOPERATION AND COLLATERAL WORK 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -15 CONTRACTOR LICENSES 5 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 5 SECTION 9 MEASUREMENT AND PAYMENT 5 9 -3 PAYMENT 5 9 -3.1 General 5 9 -3.2 Partial and Final Payment 6 Last saved by Authorized User11 /09/2001 3:53 PM f.\usets \pbw \shared \contracts \fy 01 -02 \city facility lighting project c-3477\specs index c- 3477.doc • SP 1 OF 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS CITY FACILITY LIGHTING RETROFIT CONTRACT NO. 3477 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (3) Standard Specifications for Public Works Construction (1997 edition), including supplements; and (4) the 1998 California Building Code. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 - 517 -0970. 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 replacing light fixtures in various City facilities, including installation of new ceiling support wires as required by the California Building Code. Section 6.7.4 — Working Hours — lists the addresses of the five buildings where work will take place and the times when work will be allowed. Fixtures shall be Lightolier or approved equal accepted by the City prior to the bid of the project. MADATORY PRE - BID /JOB WALK REQUIRED A mandatory pre -bid job walk is required for this project. Contractors are to meet at the City Hall, 3300 Newport Boulevard, Newport Beach — Fire Conference Room at 9:00 a.m., November 20, 2001. Bids will be rejected for Contractors who fail to attend this meeting. A tour of each facility will take place. The City Electrician and Utilities Engineer will conduct the tours from 9:00 a.m. to 12:00 p.m., starting at the Fire Conference Room." SP2OF6 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 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. SP3OF6 SECTION 5 - -- UTILITIES 5 -8 SALVAGED MATERIALS. The Contractor shall salvage light fixtures or components only requested by the Engineer. All others are to be disposed of by the Contractor. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Herb Wollerman, City Electrician, at (949) 718 -3406. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award. The Contractor shall furnish City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved 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 modify the schedule 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 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 construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include all removal of P.C.C. curb and gutter, cross gutters, and asphalt base and pavement, grinding asphalt roadway, construction of P.C.C. curb and gutter, cross gutters, roadway base material, and asphalt concrete roadway, restoration of existing improvements impacted by the work, and construction of other incidental items of work." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "After City Council award, the Contractor shall complete all work under the Contract within 75 consecutive working days. This schedule includes ten days for processing of contract, bonds and insurance documents. 0 0 SP4OF6 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 January (Martin Luther King Day), 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 following: Marine Center Base of Newport Pier City Hall Annex 3300 Newport Boulevard Balboa Library 100 East Balboa Boulevard Corona del Mar Library 420 Marigold Avenue Mariners Library 2005 Dover Drive Monday thru Friday 7:00 a.m. to 6:00 p.m. Monday thru Friday 7:00 a.m. to 5:30 p.m. Monday and Wednesday 7:00 a.m. to 12:00 Noon Monday 7:00 a.m. to 5:00 p.m. Wednesday 7:00 a.m. to Noon Same as Balboa Branch Contractor may not work outside the identified working areas without special permission from the Engineer. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when approved times are outside normal working hours of 7:00 a.m. to 6:00 p.m. In other words, if the Contractor elects to do night work at any facility, he will be required to pay for supplemental inspection costs. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the seventy five consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in 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 disruption time to the public. SP5O1`6 SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "Contractor will be required to coordinate all shut downs of power to facilities 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 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor C -10 License. At the start of work and until completion of work, the Contractor and all Sub - contractors 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 submitted to 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 submitted to 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 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 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal 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 incidental items of work not separately listed shall be included in the prices shown for the other related items of work." SP6OF6 9 -3.2 Partial and Final Payment. Add to this section: 'Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." F: \Users \PBW \Shared \Contracts \FY 01 -02 \CITY FACILITY LIGHTING PROJECT C- 3477 \SPECS C- 3477.doc ( 3y) _oy? 7 December 11, 2001 CITY COUNCIL AGENDA ITEM-NO. is TO: Mayor and Members of the City Council FROM: Public Works Department APPROVED SUBJECT: CITY FACILITY LIGHTING RETROFIT - AWARD OF CONTRACT NO. 3477 RECOMMENDATIONS: 1. Approve the plan and specifications. 2. Award Contract No. 3477 to Sylvania Lighting Services for the Total Bid Price of $122,568.40 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $12,000 to cover the cost of unforeseen work. DISCUSSION: At 2:15 P.M. on November 29, 20011, the City Clerk opened and read the following bids for this project: BIDDER! TOTAL BID AMOUNT Low Sylvania Lighting Services $122,568.40 * 2 Enertech Systems, Inc. $136,896.94 * 3 Bay Shore Electric, Inc. $142,749.00 Corrected Bid Amount The low total bid amount is 11 perc low bidder, Sylvania Lighting Servi as required by the project specific lighting retrofit projects for municip best in the industry for this type of in preparing the contract documents PROJECT DESCRIPTION it above the Engineer's Estimate of $110,000. The ;s, possesses a C -10 electrical contractor's license [ions. Sylvania has satisfactorily completed similar ties and private corporations and is considered the oject. The lighting consultant who assisted the City highly recommends this company. During last summer's energy crisis] the City Manager requested that Staff look for ways to conserve energy. The City Elejctrician, Herb Wollerman, the Building Maintenance Supervisor, Charles Coakley, and; the Utilities Director, Eldon Davidsion met with the City Manager and developed the concept of replacing older, inefficient lighting fixtures where needed in all City Facilities. 'The City Manager made this project one of the City's top ten goals for the year. 0 0 Subject: City Facility Lighting Retrofit — Award of Contract No. 3477 December 11, 2001 Page: 2 Staff focused on the Balboa, Corona del Mar, and Mariner's Libraries (the main library already has energy efficient fixtures), City Hall, the Utilities and General Services Yards, and the Harbor Resources Offices. Because of budget constraints, General Services and the Utilities Department lighting replacements will be deferred to a future year. Staff in these two locations also do not utilize their office lighting on a full time basis. If the energy crisis continues, staff would propose a second phase lighting retrofit project to address the two yards and other City facilities that still have old inefficient lighting. The yearly cost saving will be approximately $40,000 after the older lighting fixtures have been replaced with the newer energy efficient fixtures. The payback on this project is roughly three years. There are sufficient funds available in the following accounts for the work: Account Description Account Number Amount City Facilities Lighting Retrofit 7011- C5300654 $115,000.00 City Hall Maintenance 7011- Cx2320627 $19,568.40 Total: $134,568.40 Respectfully s miffed, PUBLIC WORKS DEPARTMENT Stephen G. Badum, Directpr i By: Util P.E. Attachment: Bid Summary U Q W m 0 a 3 W Z LL 0 Z cW y` li IL W 0 Y 3 v J m a E ti Q N ryf� N r u 0 0 h O y JL V � o. V N U Z F s�o O J J � Q m m • 0 v a f b m 0 pE Y r c a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F- yp v.rv. v v poi ago of r� rvi a�ao vi ao coo vNUie aa�adn <rio I!1 bri 1l1 vi vri N of ri Q N N N Vt O 1!1 1I� I!1 b b M N .Pi b T �/f vl y M N M O b N C � � �a v w o a o 0 0 0 0 N � ri N ri N ri VI iri 4!1 ri Ifl M Vf ri � M VI m 1!1 m Ifl m � m 1!1 m 1!1 m Vf M VI ri VI ri V1 ri Uf ri V1 ni N M 1(1 rvi 1!1 m 1!1 M 1!I t+l VI ni Vf ri Ifl rvi If1 I+1 IA M � M 1!1 f'I N M N M Vl ri VI O N O N b O O b Vf W M O b N m n N U a! 1I1 I(f b V1 N of O N n V1 m IQ W n D\ M b M a y F W P VI h W� p R W O W T n n O W ay b O n T N N P n n P n P y W O n 4l1 n m 1!1 1!1 W W O N n n N O N n N P"� M ul P v� Z N n V1 ti va f W N n M P N N O 4\ O Iff M VI b M n S b n b n t L/1 O 1!1 O h N t!1 P b %P M M P N P C N O N N I D\ b 4\ W O 1!1 O� P D\ M Q �� N W N Vl M I(1 M N P N n 1!1 4!1 P 1!1 P n W N O� P P N T 1(1 1+1 M P N ti N W V1 D• W � O O O f0 b D\ O O O O P N O O O O N b n ul + M W O b W Vl Vf b W ry O O n b M b O� N O� M T 0 b M O O b W M N O 1!1 O W W P n W H N N n N N T n O ti n t Vf b � M ti P b M of py d\ Vf n N n n W n W D\ O W y N N N n 1!1 P W I!1 P O M U Z P M N P N n W n W O 1!1 Vf b N M n N W P M ti b W� N m O O P n M O O� N N M O P M b W 7O f C L a q O b T O O M O O M M O! M n M b b W M M O W n n O W N Vf P n 'c ai n aO M 6 vi n m v v ja ry x+ o b O O N O M V N M N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o s 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 g F Z N W M W W P fi O n N W 1+1 ti N W Q W llf O ut m 00000 n a+D` N ti n.i Mi(10�00 .i OAT O�Omn nn vtN O� Z Z W � CY V O a B V 9 �' E 12 y C g $' E w m 1" a T a WE M E E M E E E O U V V SC C C V V F V U V U U 1L s V .CI V V Q W q a x x x x x x x v v. v � a of a a m o LL at o o0 c a 0 c a op . Q v o c of E ' Uc m V C? p U b y� � � m v� 2 2 ` b P W W P b M N M� �NN n b I!f b b W N M M MNN �p N W^ NN tiN oNf W O K O !4 A A N N g q A N A q q 10 10 v° w° v° v° v° v v v° v° v° v° v° G H N N N N N N N N N N M M M M M M v a f b m 0 pE Y r c a x Q W `m r O CL W Z LL O U �7 C Elui �D N E rQ y� U J O D m m 0 0 C O m v° Ny N a K O s 4m S C 0 S y O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 I!1 I!1 I!1 0 C) Z T N P O M O M M N O m N N W O b H O m h ti n M v Q O m b O m V1 n b O N N P m N n ti b b O Q n a n M M M C1 A O b N N b .y N M + n •'� m '1 O1 ? N v'I � V C f fJ W p 0 0 0 0 N ri VI ri VI rimmmmmmmmni Vl Vf I(1 N 1!1 V1 l!1 � VI t!1 ni 1!1 rimMmmMmri I(1 Vf 1(1 t!1 N 1!1 1!1 t!1 ni t!1 ri Vl rimmMni IIl 1!1 1(1 1!1 1f1 ri Vl ri 1!1 rimmM Vl 4!1 H N Ci N W O b N O 1!1 n O N �/1 N O O P O Q b O 1!1 O b n O 1!f W 4• m I!1 VI O� M M P O n N m Vf VI n P N b M �O b O� O N P m T Vf n m �O C b 1(1 m O V1 N b W 1!1 W N N Q N N Q• 13 V1 � m b M D\ O W b -t O n n O W n W p O Q M - M Q O• ti V) 1 W E f V) a ¢ M h V N Q � V1 b W N N n VI N n 4A N n m vl N P N W N n b P m b m b M M N O I(f N I(f N O P n P v) n N O 1!1 N n m n W of of b O• C Z D W � 2� O N m O T O O N T N n P O O N W O n P n Q O O N �p O M V1 Vl VI l!1 n C) V C� O n W O O n N O O N N m N M VI n W V1 O b ^" b ti n M O 01 a) n Q N vl f N r W O N ti m O b O ti b O n m C W �? b n momooMm VI O� of O� 4` Vf 1!1 b n minooiv Vl Vf T O N n N: b n �U omm O� r. v1 P m o T ut om O. W lia!q of vl v? � jIr ` b n m N m O M O O M P m N M M O b N N N O M M b M O O P O M M P D• O n N n Vl� b � b O m O O O O O O W O O g O O O W O O O O O O O W O O O O O W W W W O W 0 0 0 0 0 0 0 0 n 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O P O N O Vf m N ¢ W o w Z m Q N n .+ O O O .y N N n �'+ O N n .J O O O) .y O O •J O T n ug n ug ug ug n n n n n n n ug n ;5 6 6 ug ug 6 ug ug u5 ug w n n n n n g i ug m H b H .y N + W m N D Yc O y Z x ut c �' j m m Z' m Z' Z' N j a a j„ a a 0 o x Z'E .k F 5 m D` �DD'�D'�'� n- N y ce P p, 9 Oi P C CjT. a 20: ' V 9 m 9 V t d q_ 4 P P P Y 9 m q m D p� D p p `" t s g 4 11 > >> rC N � W d d d d p� a d d of a d a q �i a a a a a v d d d d d d as a a a O N A N N N g N N N N N N T N N N T T N T N N T T T N N N N N 6 6 6 6 U R 2 6 6 6 2 4 p p 0 0 0 6 O, h � 2 . 2 � 6 0 0 0 0 2d' � K O. nd' O. O. W ` nb'1 1`n'1 m� P P P Q C' P P P P P ✓1 N INl1 Iml1 p Vl b Yl b ul n N W vl Q` Yl O �D W N b m b V' m N b b b n b W b O. b C O m v° Ny N a K O s 4m S C 0 S y 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 8, 2002 EnerTech Systems, Inc. 1310 N. Kraemer Boulevard Anaheim, CA 92806 Gentlemen: Thank you for your courtesy in submitting a bid for the City Facility Lighting Retrofit Project (Contract No. 3477) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 January 8, 2002 Bay Shore Electric, Inc. 1048 Irvine Avenue, Suite 143 Newport Beach, CA 92660 Gentlemen: Thank you for your courtesy in submitting a bid for the City Facility Lighting Retrofit Project (Contract No. 3477) 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. Sincerely, LaVonne M. Harkless, CMCIAAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach