HomeMy WebLinkAboutC-3533 - Oasis Lighting Retrofit Project Change Order•
PURCHASE
REQUISITION
P.O. No.:
(If Reserved)
23521
Suggested Vendor:
TRI- COUNTY LIGHTING SERVICES, INC.
611 North Poplar Street
Orange, CA 92868
(714)634 -0488 /(714)634 -0770 Fax
Attention: Kevin Hatch. GM
C -�(533
FILE COPY CITY OF �£WPOaT
CHANGE ORDER NO. 1
NEWPORT
BEACH Ucy'�oaNr=
Date: 06/04/02
Dept: Utilities
Ship To:
Citv of NewDort Beach Utilities
949 W. 16th Street
Newport Beach, CA 92663
Attention: Herb Wollennan
(949) 718 -3406 / (949) 646 -5204 Fax
Code
i
(Department Read or person authorized to execute
FISCAL SERVICES MANAGER
ADMIN.SRVCS. DIRECTOR (Approval required for purchases exceeding $2,000)
Description of Articles or Services Required
Unit Price
Amount
Budget #
LS
Additional labor and materials for Oasis Senior
$7,588.33
$7,588.33
701104120612
Center retrofit which includes grounding several
li ht circuits and adding seismic restraints to
exisitnq fixtures. These additions will help bdn
the project to meeting the necessary code
requirements.
LS
Contingency to cover any additional unforseen
$3,000.00
$3,000.00
7011C4120612
conditions must have prior approval from City
rep resentative.
Comments:
Sub Total $10,588.33
Tax included
Total $10,588.33
Date Re wired:
F.O.B.
Terms
Code
i
(Department Read or person authorized to execute
FISCAL SERVICES MANAGER
ADMIN.SRVCS. DIRECTOR (Approval required for purchases exceeding $2,000)
0
TO: Mayor and Members of the City Council
FROM: Utilities Department
0
May 28, 2002
CITY COUNCIL AGENDA
ITEM NO. 15
SUBJECT: APPROVE CHANGE ORDER FOR OASIS LIGHTING RETROFIT
PROJECT.
RECOMMENDATION:
1. Authorize the City Manager to approve Change Order No.1 in the amount of
$7,588.33 to TRI County Lighting Services, Inc.
2. Authorize $3,000 for contingencies to cover any additional unforeseen conditions.
BACKGROUND:
During last summer's energy crisis, the City Manager requested that Staff look for ways
to conserve energy. The City Electrician, Herb Wollerman, the Building Maintenance
Supervisor, Charles Coakley, and the Utilities Director, Eldon Davidsion met with the
City Manager and developed a plan to replace older, inefficient lighting fixtures in all
City Facilities to reduce energy demand where it is cost effective. This lighting
replacement project is part of the City's energy conservation program established as
one of the City's ten goals for the current fiscal year.
DISCUSSION:
The Oasis Senior Center was identified as having the older, inefficient fixtures that are
in need of replacement. Staff received three bids for the project. The low bidder was
TRI County Lighting Services, Inc. in the amount of $27,588.33. The City issued TRI
County Lighting Service a contract on February 14, 2002 to perform this work. The
project called for replacement of approximately 229 light fixtures in the outer classroom
areas of the senior center. The payback on this project from energy savings is
approximately 3 to 4 years.
Prior to commencing work to install the new light fixtures, it was discovered that several
circuits that feed the lights were not properly grounded. In addition, the existing light
fixtures have inadequate seismic restraints. Correcting these conditions will bring the
new lighting system in compliance with current building codes. Staff negotiated a
change order with the contractor in the amount of $7,588.33. The work included in the
change order is an integral part of this project.
SUBJECT: OAISIS LIGHTINATROFIT PHASE 1 •
May 28, 2002
Page: 2
Section 1110 of the City Charter, Contracts on Public Works, stipulates that when
expenditures exceed $30,000 City Council approval is required. Staff is requesting
approval of the $7,588.33 change order. In addition, Staff also request that $3,000 be
approved for contingencies to cover any additional unforeseen conditions.
Funding to cover the cost of the change order and the contingencies for the amount of
$10,588.33 is available in the Oasis Senior Center Capital Improvement Account No.
7011- C4120612.
Respectfully submitted,
UTILITIES DEPARTMENT
Eldon G. Davidson
Utilities Director
f By'
Pete Antista
Utilities Operation Manager
f: \users \utRshared \city council reports\may 28\oaisis extra lighting report.doc
NMI•
LIGHTING SERVICES
INCORPORATED
April 30, 2002
City of Newport Beach
Attention: Herb Wollerman
949 W 161h Street
Newport Beach, Ca. 92663
Re: Oasis Job Walk 4 -24 -02
1i
Herb Wollerman
Rob Masters
Kevin Hatch
Electrical upgrades to meet code requirements, A B switching installation, ground wire
additions, seismic tie wires, panel identification, removing and securing of abandoned
electrical equipment, photo control installation, additional switches and conductors.
2- Tiger grip %2' K.O.
2- 20 amp 120/ 277 Toggle
1- CVR Plate
2- 250' Liquid Tight
108 -' /2" Liquid Connectors
54- Octagon %' Hub
54- CVR Plate w/ Gasket
600- #10 THHN
3- K4141Intermatic
4- Q120
1775- #12THHN
1500-452B $2,308.94
1- Tax $167.39
1- Labor $5,112.00
Total $7,588.33
Should you have any questions please contact me at (714) 634 -0488
Th ' 7
_ �
vin Hatch CL C
GM
611 North Poplar Street, Orange, California 92868 • (714) 634 -0488 FAX (714) 634 -0770
.PURCHASE
EQUISITIQN
P.O. No.:
(If Reserved)
Suggested Vendor:
TIU- COUNTY LIGHTING SERVICES, INC.
611 North Poplar Street
Orange, CA 92868
(714) 634- 0488 /_(714) 634 -0770_ Fax:
Attention: Kevin Hatch. GM
CITY OF r,E.wpo
NEWPORT
BEACH
Date: 09/04/01
Dept: Utilities
Ship To:
City of Newport Beach Utilities
949 W. 16th Street
Newport Beach, CA 92663
Attention: Herb Wollerman
(949) 718 -3406 / (949) 646 -5204 Fax
Description of Articles or Services Required
Unit Price
Amount
Budget .
LS labor and materials for Oasis Senior Center retrofit and
$27,769.52
$27,769.52
see below
fixture upgrade.
Comments: 2 -bids plus bidders list attached.
Sub Total
Tax
Total
$27,769.52
d
$27,769.52
Date Required:
F.O.B.
Terms
ZI/ q16 -I--
7Cp}'ROVED (Department Head or person authorized to execute requisitions)
701104120324 $15,000.00
'}C4120612 $12,769.52 FISCAL SERVICES MANAGER
SIG i I -Gy Gay 150-
1 ADMIN.SRVCS. DIRECTOR (Approval required for purcha exceeding $2,000)
0
PURCHASE
REQUISITION
P.O. No.:
(If Reserved)
Suggested Vendor:
TRECOUNTY LIGHTING SERVICES, INC.
611 North Poplar Street
Orange, CA 92868
2714) 634 -0488 / (714) 634-0770 Fax
of Articles or Services
ICOmments: 2 -bids plus bidders list attached.
11 Date
7011C4120324
gip 00
`IC4120612 �;7�
7 0 l i— G`#oot -(Sa l
o \�
M.F, J
FISCAL SERVICES MANAGER
0
FiL E Copy
an of ��6`wPORT
NEWPORT
BEACHU�4 oaNP=
Date: 09/04/01
Dept: Utilities
or person
Ship To:
City of Newport Beach Utilities
949 W. 16th Street
Newport Beach CA 92663
Attention: Herb Wollerman
,21t718 -3406 / 949 646 5204 Fax
Unit Price I Amount Budget #
Sub Total
$27,769.52
Tax
included
Total
07 7t9 S9
Terms
to execute
ADMIN.SRVCS. DIRECTOR (Approval required for purchases uceeding $2,000)
Z,, (0 6 (c. (0 (.
see
mlZO ,29
L// cf /� -I-
•
4,
c D u N-41 I
.-7H TING lt)--ERIAC-5
FAX COVER SHEET
FAXED
DATE
SEND TO
Company name
Fran
C—)--r —, a
i4WqA-TBCocK,0
Attention
Date
WOLLearnA
�j
euaLic,
Wcjf-y'l
Fa Dumbw
Phone r
71(4 ._t 8>r
0 6
❑ urgent ROPIYASAP Elpims,,mmmm xPles"Faview Foryowkd4r"moon
Total pages. inducing oww
COAMEWS
s ....... . ...
I ..... ... . .. .. . ....
.. ........... . .....
.. ............. . ............. .. . ....... . .......... . . ... .. ... . .... . ........ ..... . . I ....... ..... I .. ......... .......... ...... ...... 1. ...... ......... . ........... . .
........ ................... I .... ... . . ...... ........... 11- ...................... . . ........ . --- .... .......... 7� H-,?wk ............. .. . ..
-1.1.11 ....... . ..... ... ...... ..... ... . .. . ..... . ............ ......... I ........... ...... .. ...... - . ..... . ..... .. — . ..... ......... ........... . .. I 1 .1, --.1 .... . .................. ...' ..... ...... .......... . ...
-.1 .... - ...... ........ I-- ... ........... ...................... ..... . ...... ---, . . ...... 1-1 1. ... ........... ......... . ............................
...... ............. . . ...... ...... I . .......... . .... . ... . .......... . ... . ... . . ................ . ................ ........ ......
......... . ....... ...... ........... ... ................ . ............ ....... . - .......... ... ............... ... I ....... ..... . ........ ...... .
...... .. ............. ...... - ... . .... ..... . ... . .... .. ... ........ ................... ...............................
611 North Poplar Street, Orange. California 92868 • (714) 634-0488 • FAX (714) 634-0770
May 10, 2001
City of Newport Beach
Attention: Herb Wollerman
Public Works Deparmnent- Utilities Division
949 W. 16 " Street
Newport Beach, Ca 92663
Re: Oasis Senior Center/ Retrofit and Fixture Upgrade
Herb, thank you for the opportunity to evaluate the retrofit and fixture upgrade at
Oasis Senior Center 1 meet with Jim Morris to walk the facility and discuss the scope of
work. We have completed our survey and are pleased to submit the following proposal
for your consideration
if you have any questions please contact me at (714) 634 -0488
Thank you, 7
en Hatch CLMC
GM
CcJM@EW
o/
U
611 North Poplar Street, Orange, California 92868 • (714) 634-04-8t--
a 0 0 0 0 0 0 0 0 0
1 '
Material List Oasis Senior Center
50- STD240120SO Sealtron
103- WA240120SO
30 -ASC 18 Stems
15- WA34012003 Wrap
15- XLW28RFL PCt Wallpacks
13- SPS2GFS VA34012003
446- FO32741 XECO
28- Q7'2X321201S
Materials
Pages 1,2 (labor)
Tax
Total Cost
Not Included in Proposal:
II Lamp Disposal
Ballast Disposal (PCB)
$5,000.50
$4,800.83
$ TBA
$932.25
$1,652.70
$776.49
$976.74
$447.16
$14,586.67
$11,795.95
$1,094.00 FixT�RB
527,476.62 -!' a? -7 s•
G�hP OisPos'gL
Tri -County Lighting Services is not responsible for existing electrical conditions or
switching devices unless otherwise noted. New fixtures with electrical requirements have
been quoted to the nearest source additional circuits may be required. Communication on
all electrical conditions will be assets and reported throughout the retrofit and lighting
upgrade.
Tri-County Lighting Services requires all payments made within thirty days of
completion of work proposed If work is phased in over thirty days, payments will then
be due upon completion of each phase.
Tri - County Lighting Services
Kevin Hatch GM
pg.3
Oasis Senior Center
Herb Wollerman
•
Phase 1 -A Oasis Senior Center
1. Quadrangle
a. Shuffle Board Court 6 -new Wallpacks w/ photo - cell -CFL 26/32 Watt.
1- Wallpack to be replaced and the other 5 to be installed per specs to
Illuminated the shuffle board area and increase security lighting. Includes tax,
labor and electrical materials to complete scope.
$1,487.99
b. Under Canopy Porches Outside Classrooms- Remove all existing fixtures and
add fifty new fixtures spaced every eight feet where applicable_ Includes tax,
labor and electrical materials to complete scope.
$5,181.30
c. Outside Multi - Purpose Room - Canopy - Retrofit 7 recessed ceiling lights w/ 26
watt compact fluorescence. (to:bedone °by others)
$0.00
d. Replace two existing wallpacks with two new CFI, 26/32 wallpacks
$35.00
2. Outside Building Perimeter facing 5`h Street
a. Presently are five wallpaks, all clustered at one end of building near main
entrance, but not all working. Add four more new wallpacks and evenly
space under the canopy. Also replace two existing fixtures. Includes tax, labor
and electrical materials to complete scope.
$1,351.91
b. Replace one jelly jar fixture behind game room with new wallpack.
$17.50
pg. 1
Phase 1 -B Oasis Senior Center
Classroom IA & 1B plus kitchen
Replace 24 fixtures one for one
Replace 3 fixtures one for one (kitchen)
Classroom 2 Ping Pong
Replace 12 fixtures one for one
Replace 2 fixtures wrap one for one
Classroom 3
Replace 12 fixtures one for one
Classrooms 4,5,6,7
Replace 42 fixtures one for one
Classroom 8(Computer Room)
Replace 6 fixtures one for one
Room is not currently able to have AB switching
Restrooms(4)
Replace 4 fixtures one for one with minor electrical
Replace 4 fixtures one for one
Came Room
Retrofit 12 fixture lamps and ballast
Computer Lab
Replace 3 fixtures one for one
Will need to verify AB switching
Arts & Crafts Room
Retrofit 16 fixtures lamps and ballast
Replace 4 fixtures with new pendants
Replace 11 fixtures one for one
Maintenance Room,
Replace 2 fixtures one for one minor electrical
Electrical Room
Replace 1 fixture one for one
pg. 2
$708.75
$367.50
$315.00
$1,102.50
$157.50
$183.75
$144.00
$78.75
$585.75
$52.50
$26.25
ISGHTING SERVICES
'NCORPORATED
FAXED
DATE
May 17, 2001
City of Newport Beach
Attention: Herb Wollerman
Public Works Departroent- Utilities Division
949 W. 16" Street
Newport Beach, CA. 92663
Re: Oasis Senior Center/ Lamp and Fixture Disposal
Lamp Disposal 1,356'.10' $185.60
Fixture Disposal Bin $275.00
If you have any questions please contact me at (714) 634 -0488
Thank you,
Kevin Hatch CLMC
GM
611 North Poplar Street. Orange, California 92868 • (714) 634 -0488 FAX (714) 634 -0770
EnerTech Systems, Inc.
Fax Cover Sheet
Name: Herb Wollerman Name: Jared Johnson
Company: Ciry of Newport Beach Date: May 11, 2001
Fax #: (949) 646 -5204 Fax #: (714) 237 -9971
cc: Jim Morris (E Sam Jones)
Pages Sent (including this cover): 1
Comments: Thank you for allowing EnerTech Systems, Inc. to quote your energy efficient
lighting project.
PROJECT NAME: Oasis Senior Center Phase 1 �j sos L
LAMP
E8T1P4PTE SC Bt> FE: $2;74 - f f�(TiRe K
PROJECT COST: v /- ` ?
NET PROJECT COST: 47x394—"
The above pricing is for 223 fixtures and 0 occupancy sensors, based on counts audited by Jim
Morris. The pricing includes all material, installation (project is not priced as prevailing wage),
o 5 p� lamp disposal and sales tax. PCB ballast, emergency battery back -up ballasts, system wiring IQ -'e
. 5 P repairs, patching/painting, or permits are not included in the pricing. 5
We appreciate the opportunity to present this proposal to the City of Newport Beach and look
forward to working with you on the project.
hank
Jared Johnson
VP Sales & Marketing
EnerTech Systems, Inc., 1310 Kraemer Blvd., Anaheim, CA 92806
Tel: (714) 237-9970 Fax: (7141237-9971
Wollerman, Herb
From: Jardine -Haug, Celeste
Sent: Friday, August 10, 2001 9:08 AM
To: Wollerman, Herb
Subject: budget numbers
$15,000 from 7011- C4120324
the rest from 7011- C4120612
Let me know how much will be taken out of the 2nd account
• E.Sam Jones
. �, t � aDistributor, Inc.0
u` Lighting Supplies
J J
1946 1998
6015, STATE COLLEGE BLVD. PHONE: (714) 496 8730
FULLERTON, CA 9ZS31 '� � FAK: (714) 446-8736
1vN�MiR88TF. j0n0&Cm
Y E R
ElVER7 P_C f SYSTEMS, INC.
1310 H. Kraemer Blvd
Anaheim, CA 92806
Jeff W. Johnson, President
Jared Johnson, Vice President
714237 -9970
F,g X 7144 - 2-77 - 9 971
LIGHTING TECHNOLOGY SERVICES, INC. (L.T.S.)
3520 Cadillac Avenue
Costa Mesa, CA 92626
Russell Wm. Royal, Principal
714 -550- 7223,oAL 121
— HOOPS ELECTRIC
P.O. Box 6336
Aiwheim, CA 92816 -6336 . S —� z , 3 , o 4- �t /
Kevin Hoops, Principal
714328 -3733
TRI- COUNTY UGHUNG SERVI(ES, INC.
611 Berth Poplar Street
Orange, CA 92W
Kevin Hatch, Principal
714404 -0958
ATLANTA - HOUSTON - CHARLarrE - NASHVILLE • PHOENIX - LOS ANGELES
PAYMENT
AUTHORIZATION
Vendor: TRI- SIGNAL INTEGRATION, INC.
Address: 2313 Valley Street
Burbank. CA 91505
(818) 566 -8558 / (818) 566 -8580 Fax
L
CITY OF
NEWPORT
BEACH
o m
G =
�C. F00.�`
Date: 07/17/2001
Dept. PW- Utilities
Amount: $476.00
Item of Expenditure
Invoice No.
Budget No.
Amount
Payment for annual service charges for Fire /Life
7803
5500 -8080
$476.00
Safety Contract for 7/01/01- 6/30 -02.
Freight
Tax
TOTAL
$476.00
Comments /Special Instructions:
Department Approval:
Fiscal Svcs Manager Approval:
�L-
Date: July 17, 2001
Date:
Admin Svc Director Approval: Date:
1
TRI.SIGNAP
MTEORATION, INC.
Valley Street • Bwhank, C4 91505 • 81 B5668558 • 8185664580 Fac
t
City of Newport Beach
BILL Attn: Mr. Clarke
TO 3300 Newport Boulevard
Newport Beach, CA 92663
i Cii ii7 I 3Tt9uu
11
DUtility City of JOB 949 We
Newport Beach, CA
Nef �( 1 07
1 Fire/Life Safety Contract
07/01/2001 to 06/30/2002
Annual charges for the preventive maintenance and inspection of
the Fire/ Life Safety & Central Station Monitoring Systems. Also
included, 24 how monitoring of the Fire/ Life Safety System.
® ai;Fi0l
rO
476.00 476.01
476.0(
$476.0(
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
OASIS PARKING LOT LIGHTING IMPROVEMENT PROJECT
CONTRACT
THIS AGREEMENT, entered into this day of , 2000, by and
between the CITY OF NEWPORT BEACH, hereinafter "City," and Musco Lighting, hereinafter
"Contractor," is made with reference to the following facts:
WHEREAS, City has requested an informal bid for the following described public work:
Installation of a 40 -foot dual head sports lighting pole, conduit and wires, new Edison service
with timer and switch assembly, all pursuant to lighting plan E -5055 ( "Project ").
WHEREAS, Contractor has been determined by City to be qualified and capable to perform
the Project.
NOW, THEREFORE, City and Contractor agree as follows:
A. 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 this Contract and lighting E -5055 ( "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.
B. 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 fourteen thousand, two hundred sixty-
five and no /100 Dollars ($14,265.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work.
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work.
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
0
PAGE 2
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, P.E.
(949) 644 -3342
Musco Lighting
3151 Airway Avenue
Building G -1
Costa Mesa, CA 92626
Attention: Michael Marchetti
714 - 540 -9335
F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract,
hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE
Insurance is to be placed with insurers with a Best's rating of no less than A:VII and
insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
insurerto 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:
1. 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.
2. 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.
PAGE 3
3. 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.
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, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be in excess of the Contractor's
insurance and shall not contribute with it.
iii. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
PAGE 4
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 instim, sliall agree to waive all fights of stibFegalien against Gity, its-f fRee ]
YE -
CarttraClnr%rt?ity
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.
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
0
0
PAGE 5
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
I. EFFECT OF CONTRACTOR'S EXECUTIONExecution 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.
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Public Works it ct
• ' .�_�!�
\ \MIS_1 \SYS\ Users \PBW\Shared \Contracts \FY 99-00 \Oasis Parking Lot Lighting.doc
•
MAY 2 8 2002
TO: Mayor and Members of the City Council
FROM: Utilities Department
May 28, 2002
CITY COUNCIL AGENDA
ITEM NO. 15,
SUBJECT: APPROVE CHANGE ORDER FOR OASIS LIGHTING RETROFIT
PROJECT.
RECOMMENDATION:
1. Authorize the City Manager to approve Change Order No.1 in the amount of
$7,588.33 to TRI County Lighting Services, Inc.
2. Authorize $3,000 for contingencies to cover any additional unforeseen conditions.
BACKGROUND:
During last summer's energy crisis, the City Manager requested that Staff look for ways
to conserve energy. The City Electrician, Herb Wollerman, the Building Maintenance
Supervisor, Charles Coakley, and the Utilities Director, Eldon Davidsion met with the
City Manager and developed a plan to replace older, inefficient lighting fixtures in all
City Facilities to reduce energy demand where it is cost effective. This lighting
replacement project is part of the City's energy conservation program established as
one of the City's ten goals for the current fiscal year.
DISCUSSION:
The Oasis Senior Center was identified as having the older, inefficient fixtures that are
in need of replacement. Staff received three bids for the project. The low bidder was
TRI County Lighting Services, Inc. in the amount of $27,588.33. The City issued TRI
County Lighting Service a contract on February 14, 2002 to perform this work. The
project called for replacement of approximately 229 light fixtures in the outer classroom
areas of the senior center. The payback on this project from energy savings is
approximately 3 to 4 years.
Prior to commencing work to install the new light fixtures, it was discovered that several
circuits that feed the lights were not properly grounded. In addition, the existing light
fixtures have inadequate seismic restraints. Correcting these conditions will bring the
new lighting system in compliance with current building codes. Staff negotiated a
change order with the contractor in the amount of $7,588.33. The work included in the
change order is an integral part of this project.
c -�s33
SUBJECT: OAISIS LIGHTIN &TROFIT PHASE 1
May 28, 2002
Page: 2
Section 1110 of the City Charter, Contracts on Public Works, stipulates that when
expenditures exceed $30,000 City Council approval is required. Staff is requesting
approval of the $7,588.33 change order. In addition, Staff also request that $3,000 be
approved for contingencies to cover any additional unforeseen conditions.
Funding to cover the cost of the change order and the contingencies for the amount of
$10,588.33 is available in the Oasis Senior Center Capital Improvement Account No.
7011- C4120612.
Respectfully submitted,
UTILITIES DEPARTMENT
Eldon G. Davidson
Utilities Director
By: /� >
Pete Antista
Utilities Operation Manager
f: \usere\utI\shared\city council reports\may 28\oaisis extra lighting report.doc