HomeMy WebLinkAboutC-6011 - Multiple Back-up Generators Replacement ProjectApril 12, 2017
Day's Generator Services, Inc.
Attn: Randy L. Day
P.O. Box 1868
Brentwood, CA 94513
CITY OF !NEWPORT BEACH
100 Civic Center Drive
Newport Beach, California 92660
949-644-3005 1 949-644-3039 FAx
newportbeachca.gov
Subject: Multiple Back -Up Generators Replacement Project — C-6011
Dear Mr. Day:
On April 12, 2016, the City Council of Newport Beach accepted the work for the subject
project and authorized the City Clerk to file a Notice of Completion, to release the Labor
& Materials Bond 65 days after the Notice of Completion had been recorded in
accordance with applicable portions of the Civil Code, and to release the Faithful
Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on April 18,
2016 Reference No. 2016000167677. The Surety for the contract is Developers Surety
and Indemnity Company and the bond number is 505650P. Enclosed is the Faithful
Performance Bond.
Sincerely,
AW -4
oa_-�
Leilani I. Brown, MMC
City Clerk
Enclosure
CITY OF NEWPORT BEACH
BOND NO. 505650P
FAITHFUL PERFORMANCE BONDS
The premium charges on this aDnCt is $ 920200 being at the
rate of $ 18 00 per lhousana & the Contractprice,
WHEREAS, the CRY Of NeWPOrt Beach, State of California, has awarded to
Day's Generator Service, Inc. 13#ir�. -after designated as the 'Principal,* a contract for: The
ma Onty o^ thwork n sar-y for the completion of this contra: consists of obtalning a
Cttyr Building Fermat; removing and disposing of exis'iIng; gainerators: cleanng, grubbing,
and preparing the situs= constructing concrete clads acid retaining caft; prbviding
temporary Power to the facilities as needed: installing electrical conduits, switches,
gears, and other necessary components; procuring and In fing Batts -up gene r$;
completing all renuirnd tests and :ertiiicattorrs; and final City Building P . ft. The
locations where 0-1e work rs to be perform €d are:
Central Library: 1000 Avocado Avenue:
2. Llfefluard Headquarters, 70 M67adden Place (Newport Pier),
3, Fire Station; No, 9: 1101F. Balboa Boulevard; and
4. Fire Staticin No. 3` 868 SarO Barbara Drive,
(the "Prat" or "'Work"),
WHEREAS, Principal has executed or is about to execute the Contract and the
taints thereof require the furnishing of a Bored f rr the faithful performance of the
Uintrac€.
NOW, THEREFORE, we, the Principal, and Developers Surety and Indemnity Company
, duly euthorized to
I- business under the lays of � to statte of Catitornia as Surety (hereinaztw
"Surety'), are held and firmly bound Unto the City of Newport Beach.. to the Sum of
Flare and 00 100 CILL259,00) awful money of the United States of
Amer ca. said sum belsrg equal to 100%. of the estimated amount of the Contract, to be
pard to the City of Newpon: Beach, its successors, and assigns; ',of which payment well
and truly to be made, we bind ourselves, our heirs, executors and administrators,
sucr�ssors, or ass>grrs, jointly and severalty, firmly by these present.
THE CONDITION OF THIS OBLIf.,.A I]ON IS SUCH, 4Ihal if the Principal, or the
r riitclfral's heira, executors, administrators, successors, or assigns.. fall to anile by, and
well and truly keep and perform any or all the Work Covenants, c ori tions, and
agreement In the Contract E3ocuments and any alteration thereof made as therein
provided an its ;Sart, to be kept and perforated at the time and to the manner therein
Five Hundred Eleven Thousand Two Hundred Fifty Nine 0age B-1
specified, and in all respect$ according to its true interni and meaning. or fails to
indemnify, defend, and save harmless the City of Newport Beach, its officm,
employees and agents, as 41arein stipulated, there, Surety will fakfufly perforrn the
same. in an amount not exceeding the sum specified in this Bernd; other,,v, this
cb€itiaiion sill bacon* meld and amici.
As a part Of the obtigatiort 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 City, only in tate
event City Is required tet bring an action in taw or equity against Surety to enforce the
obligations of this Boni_
Surety, for value rived., stipulates and agrees that no charge, extension of
time. aiterauons or additrons to the terns of the Contract or to the Wofk to be performed
thereunder shalt in any way affect its obligations or, this Bond, and It castes hereby waive
notice of any wish change, extension of time, alterations or additions of the Contract or
to the Work or to the speciftations.
This Faithful Perfofrence Bond shalt extended and maintained by the
Principal In fall force and effect for 4n€; {t ) year following the data of formal acceptance
of the Prosect by city,
In the event that the Principal executed this bond as an individual. - is agreed
that the death of any such P it
IN %,+ViTNE-SS WHEREOF, this instrument has bR-en duty executed by the
Principal and Surety above named, on the 9th day of .inly _ ;n 15
Day's Generator Service, Inc.
Name f Contractor osrrnc at} -
Developers Surety and Indemnity Company
Maine of Suety
17771 Cowan, Suite 100, Irvine, CA 92623
Address of Surety
800-782-1546
Te�lffphorle
Kevin J. Jackson, Attorney -in -Fact
Print Name and Title
Aamn c Harp, uM cflj 1
City Attorney
NO7ARYACKNOWLEf.G N75OF CC}R1 rA; Tfi1F� 4rV#�S}rim�YMttfiri?Ffc,"`.a,C 'c�
Page B-2
A notary Public or other o* r completing Hos--
certificate
ostertifiate s only fine iderarty of the indwidual
Who signed he dcc1.u11farst to whien iNa ce?tficate is
attached. anc not the trtt"udness, cy: or
validity of that document
Shite of Carola
Celunty rjQ Oranae 3 ss.
On -A ly_9tb-.... T' 20 15 before me. Noe Guerrero
Notary pubiicn bars naltY appeared _ Kev1n J. Jackson
wfao Proved to MO on the oasis of saWi ory evsdsncse to be the aarsarvsl wtlose names)
isiare sunscribed to 11e within insh"urlent and acknovviedged to me tnat hersheftey axe tifee
he serve 1n nis,heMbeir au tt eized capacfty{ies% and that by f r"rter elr signatures(s) on the
mstnemeni theparson(s), or the enpty upon +.shah of which the person(s) acted, executed itis
Tatrvmlent-
I cwt under PENA `€'f OF PERJURY under the Eat of the State o Ca;ifor,ia fiat tha
foregalkV paragraph is to a and oor pec
NOEGUERRERO
WITNESS my hared and off ciaf flea#, Commission * 1994381
_ , s Notary Public - California
Los Angeles County
" My Comm. Expires Oct 19, 2016
/S" 91tt1'e
ACKNOWLEDGMENT
A natarp public or cater officer oorlpteling this
to to Yertfies orgy tree identity o1 ff a tndi 4,sst
io signed the docurnent to which this cardicate is
attacrved. and not the truthfzainess, accu ecy, or
va4dify of fhel document
State of Cafforria
C*uvTyot C0n7RA C'oSi/t egg
on A" W$r 6, cols 201 me, 0MR[0 D. 0C1i rr va 7n RY At/Ic
NOWY Public, ly appeared 9 R N o y c. pA
Proved to me on the .s of s f stactM a 10 be the ($) whose name(a) iwim
subscribed to the wftn irtstrument and ackr ,edged to tele that ftp .ey executed the
same In hWhe eir aullbonzed pacityifes}, and thal b1 hi segnatures(gi on fne
'nein meat Itta Wl, or the en#ty Upon behalf of which the person(w) acted, axe.uted the
wistrurnent,
I certify under PENALTY Of PERJURY udder the lam of file State of C:aidomiar that the
f gong paragraph is tniaand
CHARLES 0. DESAff
WITNESS my hated and aff ciat sekal Commission # 1957540 Ir
Notary Public - California z
Contra Costa County
Si MyComm.ExpiresNavlB 20th m
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint
"'Kevin J. Jackson, Noe Guerrero, Thomas M. Cimino, Beverly McCoy, Regan James, jointly or severally'
as their true and lawful Attomey(s}in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attaney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substituM1on and revocation, and all of the acts of said Attomey(sFin-Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authony of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st 2006.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vioe-President Senior Vice -President a any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute. on behalf of the
corporations, bonds, undertakings and contracts of suretyship: and that the Secretary or any As iiitamf Secretary d sift; of the w. iitirabuns be, and each of them hereby is, authorized
to attest the ExCC. tm,, of any such Power of Anomey;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
thew respective officers and attested bytheir
respective Secretary or Assistant Secretary this November 21, 2013.
By: _\ �GG�7 uO o�J-J ANO Q�,PANYO�c
Daniel Young, Sevier Uce-Resident ; JQ'x'pYORq `by'•; G PPOR C
�I1 OCT 4< Z 24 gyp%
1g OCT.5 T
--'----'-- =o`: 1936 c€ 1967 O
MetkJ Lansdcn, YccP:esaent }. �,,s, Vit: O n _a• 2
Slane of California
County cf Orange
On November 21 2013 before me, Antonio Alvarado Notary Public
Date Here Insert Name and Title of the Officer
personally appeared - _ Daniel Youno and Mark J. Larsdon
Name(s) of Signers)
who proved to me on the basis ofsagsfactory evidence to be the person(s) whose rentals) Ware subscribed to
the within instrument and acknowledged to me, that helshelthey executed the same m helherttheir authorized
cepaciyoes), and that by his/,er ftheir sign tv (s) or. tha ; •+-a -r.i the perspn(s), n; the enfity upon behalf of
ANTOFN.^. AL'JARACO which the person(s) acted,.executed the instrument.
COMM, # 20336M
Ci NOTARY Pll&IC CN00R1ifA� I certify under PENALTY OF PERJURY under the laws of the State of Calhomia that the foregoing paragraph is
ORANGE COUNTY true and correct.
:/ 0My OMM awkes twig. 4.2017
WITNESS my hand and official seal
Place Notary Seal Above Signature 64'a-4.
Antonio Alvarado, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Parer of Attorney remains in full force and has not been revoked and, furthermore, that Ibe provisions of the resdutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 14 qday of Jv,,.'
By, A -%.L
Cassie J. Benisle isW. t Secretary
1D1380(Rev.11/13)
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Leilani Brown, CMC
June 22, 2016
Day's Generator Service, Inc.
Attn: Randy L. Day
P.O. Box 1868
Brentwood, CA 94513
Subject: Multiple Back -Up Generators Replacement Project C-6011
Dear Mr. Day:
On April 12, 2016 the City Council of Newport Beach accepted the work for the
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 65 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
April 18, 2016, Reference No. 2016000167677. The Surety for the bond is
Developers Surety and Indemnity Company and the bond number is 505650P.
Enclosed is the Labor & Materials Payment Bond.
Since
rely,
Leilani I. Brown, MMC
City Clerk
Enclosure
100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov
:.•una=. ,
WHEREAS, the City of Newport Reacts, State of California, has awarded to
Day's Generator Services, Inc. hereinafter designated as the "Principal," a contract for, The
majornty of the work necessary for the completion of this contract consists of obtaining a
City Building Permit: removing and disposing of existing generators; clearing, grubbing,
and preparing the sites: constructing concrete pads and retaining curbs:. providing
temporary Mower to *he facilities as needed; installing electrical conduits, swatches,
gears, and other necessary components; procuring, and installing back-up generators;
completing all required tests and certifications; and final City Building Permit. itre
locations where the work is to be performed are:
Central Library: 1000 Avocado Avenue;
2. lifeguard Headquarters: 70 McFadden Place (Newport Pier):
3. Fire Station Na 1- 110 E. Balboa Boulevard: and
A. Fire Station No. 3: 868 Santa Barbara Drive.
(the `Pmject" or "work").
WHEREAS. Principal has executed or is about to execute the Contact and the
terms thereof require the furnishing of a bond, providing the: ff Principal ou any of
Principal's subcontractors, shall fall to pay for any materials, provisions, or other
supplies used tn. urton, for, or about the performance of the Work agreed to be done, or
for any work or labor done thereon of any kind. the S;arety on this bond will pay the
same to the extent hereinafter set forth
NOW. THEREFORE, We the undersigned Principal, arid, Developers Surety and
Indemnity Company duly authorized to
transact business under the laws of the State of California, as Surety, {referred to herein
as "Surety") are held and firmly bound unto the City of Newport Reach, in the sum of
... Dollars and 001100 ($511,259.00) lawful money of file 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 Principai or the
Principal's subcontractors, fail to pay for any materials, provlr4Ons. or other suppikes,
implements or machinery used in, upon, for, or about line performance of the Work
contracted to be done, or for any other work or labor thefwn of any Kind, or for amounts
Cue 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
Page A-1
"' Five Hundred Eleven Thousand Two Hundred Fifty Nine
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in 'his Bond, and also, in case stmt is brought to enforce
the obftgatlons of this Bond, a reasonable attorneys fee, to be fixed by the Court as
regLored by the provisions of Section 9554 of the Civil Code of the State of Calitomia.
The Bond shall inure to the benefit of any and all persons, companies. and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any .suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California,
And Surety, for value received, hereby stipulates and agrees that no chance.
extension of time, alterations or additions to the terms of the Contract or to the Work to
be performed thereunder shall in any wise affect i s obligations on this Bond, and it does
hereby waive notice of any such change, extension of tirne, alterations or additions to
the terms of the Contract or to the Work or to the specifications.
In the event that any prncipat above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF. this Instrument has been duly executed by the above
named Principal and Surety, on the 9th day of July 2015.
Day's Generator Services, Inc. de Pill/
Name of Contractor (principal) Autho je igrxatur le
Developers Surety and Indemnity Company
Name of Surety
17771 Cowan, Suite 100, Irvine, CA 92614
Address of Surety
800-782-1546
Telephone
APPROVED AS TO FORM:
CITY ATTORN9Y'S OFFICE
M
Aaron C Harp chm Oufulir
City Attorney
Kevin J. Jackson, Attorney -in -Fact
Print Name and Tits
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR
AND SURETY MUST SEATTACHEC
Page A-2
ACKNOWLEDGMENT
A notary public or O1t}gr offw'sr Completing this
certificate verifies only the ideii ity of the individual
who signed the document to which this eerfficate to
attached, and not the truthfulness, accuracy, or
V34dity of that docutx¢emt.
State of California
County of Orange
On July 9th 23 s cefore ma. Noe Guerrero
Notary Pubitc. personalty appeared -
.Kevin J. Jackson
who proved to me on the basis of satisfactory evidence to be the pe spin iv°hose names)
isiare subscf1bed to the within *rstrurrei t and acttnow+edged to me that rieishoahey executed
the same in 111!3 her:-Iheir authorized Capacity(ies), and that by hislherAheir signatures{s) on the
instrument ins par5on{s), or the entity upon behalf of which Ina person(s) acted, executed the
Instrument,
I certify under PENALTY OF PERJURY under the laws of the Stats of Catfforma that the
foregoing panagraph is true and correct
WITNESS, my hand and official seat
NOE GUERRERO
Commission #1996384
a r;s . Notary Public - California
Lot Angeles County .
(seal)
ACKNOWLEDGMENT
A notary public or other officer completing
ce tificate verifies only the identity of the r ui;•<<c, ar
who signed the doCurrent to which this rertiticate is
attached, and not the truthfulness, sccs-iracy, or
validity of that document
State of California
Countyo! CONrAA Cos-rA )ss.
On Atiywsr 6 lois 20is before ire, CN19R«S D. Dl<<✓+rTn>%�Rro�s,
Notary PutAic, personaiiy appeared et L - Dry y
proved tome on the basis of satisfactory evidence to PsMa persen pq whose names,ai is are
subs(,-ibed to the within instriment and acknow wedged to me t hersheAA" executed the
came in hisfhe_„ authorized capaclty(iea), and that by hislher*mjr signatures(g) on the
instrument the verson(K) or the entity upon behalf of which the person(t�) acted, executed the
instrument.
I certify under PENALTY OF PERJURY
fOreegoing Paragraph is true and. correct..
WITNESS m`y^hared and o4xial seal.
S vlawre
under the laws Of the State of California that the
-----------------
CHARLES D. OEWITT
Commission # 1957540
z . mei Notary Public - California z
Contra Costa County >
IN
ppce A-3
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263.3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
"'Kevin J. Jackson, Noe Guerrero, Thomas M. Cimino, Beverly McCoy, Regan James, jointly or severally"'
as their true and lawful Attomey(s}in-Fact, to make. execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s}in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all at the acts of said Attorney(s)-in-Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Paver of Athmey is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January let, 2008.
RESOLVED. that a combination of any two N the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President w any Yoe President of the
corporations be, and that each of them hereby is, authorized to execute his Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
T contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this November 21, 2013.
BY. \ n0",( AND ,Hoa. 41,ANyO
Daniel Yourn. Senirn Vice -President 'Je- ;P.
t O T
`OPPORgl�k�;' `�V �PPOggTtr` f
O,OT i�� Z 1'= OCT.5 =n
By. 1—�
M. K J. Lawdon. Vim,ilmdar p> i, 1 9 3 6 r' $ o. 1867 _ Z.
Sete of �,alom:s
Corm•. o` Umangc
On __._-_- Now:mber11,20i3 before me, Antonio Alvarado, Notary Public
Dai' Here Insert Name and Title of the Officer
personally appeared Daniel Yang and Mark J Landon
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to ore the person(s) whose names) islare subscribed to
the within instrument and acknowledged to me that helshe,11hey executed the same in hislhentheir authorized
►a capacity(ies), and that by hislherMeir signatum(s) on the instrument the pascals), or the entity upon behalf of
ANTONIO ALVARADO which the person(s) acted, executed the instrument.
N Clow # 2033556
NOTARY PUBLIC C"ORNIA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
3 ORANGE COUNTY `rJ' true and correct.
My ccn expires Aug. 9, 2017
WITNESS my hand and official seal.
Place Notary Seal Above Signature _
64a�-
AndonioAtvarado, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA. does hereby
oertdy that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provision of the resolutions of the respective Boards of Directors of
said corporation set forth in the Power of Attorney are h force as of the date of this Certificate.
This Certificate is execcumil m the Guy of Irvine, California, this T' day of ,� ,20�
(n�' , t�:
Cassie J. Bern"" sestam Secretary U
ID-1380(Rev.11113)
7)6
M
RECORDING REQUESTED BY AND
WHEN' RECORDED7RE-TURN TO:
City Clerk
City of Newport Beach
100 Civic Center Drive.'
Newport Beach, CA 92660
Recorded in Official Records, Orange County
HughNguyen. Clerk -Recorder
NO FEE
* R O O C) 8 3 0 6 7 0 8
20180010167877 1:50 pin 04118/16
276 409 N12 1
0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00
"Exempt from recording fees
pursuant to Government Code Section 27383"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive,
Newport Beach, California, 92660, as Owner, and Days Generator Service, Inc.,
Brentwood, as Contractor, entered into a Contract on June 9, 2015. Said Contract set
forth certain improvements, as follows:
Multiple Back -Up Generators Replacement Project C-6011
Work on said Contract was completed, and was found to be acceptable on
April 12, 2016 by the City Council. Title to said property is vested in the Owner and the
Surety for said Contract is Developers Surety and Indemnity Company.
BY ['ud)
Public W&Ks 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 t' /� /'U at Newport Beach, California.
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
until 10:00 AM on the 6th day of May , 2015,
at which time such bids shall be opened and read for
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
$ 575,000.00
Engineer's Estimate
Approved by
mat -k Vukoje is
City Engineer
DATE: April 27, 2015
TIME AND PLACE:
9:00 AM at Central Library (1000 Avocado Avenue)
TIME AND PLACE:
9:45 AM at Fire Station No. 3 (870 Santa Barbara Drive)
TIME AND PLACE:
10:30 AM at Lifeguard Headquarters (Newport Pier)
TIME AND PLACE:
11:15 AM at Fire Station No. 1 (110 E. Balboa Boulevard)
This will be the only opportunity for contractors interested in bidding the work to
access the building interiors to take inventory of the required work.
Prospective bidders may obtain Bid Documents, Project Specifications from
Santa Ana Blue Print at (949) 756-1001
Located at 2372 Morse Avenue, Irvine, CA 92614
Contractor License Classification(s) required for this project. "C-10"
For further information, call Fong Tse, Proiect Manager at (949) 6443321
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http:tiwwLNewportBeachCA goy
CLICK: Online Services l Bidding & Bid Results
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
TABLE OF CONTENTS
NOTICE INVITING BIDS......................................................................................... Cover
INSTRUCTIONS TO BIDDERS.......................................................................................3
BIDDER'S BOND.............................................................................................................5 f
DESIGNATION OF SUBCONTRACTOR(S)....................................................................8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES............................................9
NON -COLLUSION AFFIDAVIT..................................................................... 13 ✓
DESIGNATION OF SURETIES......................................................................
14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................15
ACKNOWLEDGEMENT OF ADDENDA........................................................................17
INFORMATION REQUIRED OF BIDDER.....................................................................18
NOTICE TO SUCCESSFUL BIDDER............................................................................21
CONTRACT...................................................................................................................22
INSURANCE REQUIREMENTS...........................................................................A-1
LABOR AND MATERIALS PAYMENT BOND ......................................................
B-1
FAITHFUL PERFORMANCE BOND.....................................................................0-1
PROPOSAL...............................................................................................................
PR -1
SPECIALPROVISIONS...................................................... ............................. .........
SP -1
2
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
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. The successful bidder's security shall be held until the Contract is executed.
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.
3
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 by calling the
prevailing wage hotline number (415) 703-4774, and requesting one from the Department of
Industrial Relations. All parties to the contract shall be governed by all provisions of the
California Labor Code — including, but not limited to, the requirement to pay prevailing wage
rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by
the Contractor at the job site.
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. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
13. 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.
91? 901�/s3 c -/ v
Contractor's License No. & Classification
DIR Reference Number & Expiration Date
Bidder
Authorized Waturerritle
Date
e. 4
BID BOND POWER OF ATT0RNIE,Y
KNOW AM, MEN 33Y THESE PRESFN'TS: That HUDSON INSURANCE COMPANY, a corporation of the Sate of Delaware, with
offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute
and appoint
Crcg% Franks
of the State of California
its true and lawful Attomey(s}in-Fact, at Ncw York City in the State of New York, each of them alone to have full powsr to act without the other
or othcm to make, vxccutc and deliver orr its behalf.. as Surety, bid bonds for any and all purposes.
Such hid bonds, when duly executed by said Attnmey(s),ind'act, shall he binding upon said Company as fully and M the sarin extent as
if signed by the President of said Company under its corporate seal attested by its Secretary.
In Witness Whereof, JIUDS0N INSURANCE COMPANY has ceased these presents to be of its Executive Vice President thorcunto
uthoriccd, on this 2nd_ day of October 2013 at New York. New York,
t saaoXX c tie. seal)
v as r,
HUDSON INSURANCE C0VSPANY
J
r` k's+wtErt
`.-.
askaMkts Cnryu�m-c Suctxvary {..1 CkrrstnpherT Snanx, L;xecutrx Vitt idem......
STA1101; NEW YORK
COUNTY OF NEW YORK SS.
On die 2nd day of October . 211 t3 before me periorally carne Christopher T. Suarez to me known, who being by me duly sworn did
depaw and say that he is an Exxunve Vice Presider.[ of HUDSON INSURANCE COMPANY, the Company described herein and which executed the above
inslrwnent, that he knows the seal of said Company, it= the seal affixed to said instrument is the rporate seal of said Otagsi that it was so affixed Order of
the Doarc o: Directors or N I- 1T
4ndak7f that he signed his name thereto by like ardor
N% .1ANRP,e2y'�rii
(Notarial Seal) ±� o �S.grstrr FJIQ+`�, w t,\N➢i MURPHY .. .. ._._.............
�R' .3, . 5 Notary Public, Shuc o ew Y k
Brit: No OIMU6067553
'o Qualified in Nassau Courtly
SA _ b•. _ Commission Expires fkcember 10, 2013.
STATE OF NEW Y
COUNTY OF NEW
Me undersigned Dina Umkafakis hereby crrvfies:
CERTIFICATION
THAT the anginal resolution, of which the Rillowing is a sere and correct copy, was duly adopted by unanimous written consent of the Board of Dkxtots
Of Hadma Iaswance Company dated July 2-1a, 2007, and has not since been re+oksd, ansinded or modified:
-RESOLVED, that the Yresideni, the }:"xasutrve Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and
discretion, to appoint such agent or agents, or attorney Or anomers-1114act, for the purpose of carrying on this Company's surety business, and o empower
such agent or agcots, or allomey or anosrrcys-in-eict, to execute and detiver, under this Company's seal or otherwise, bonds obligations, and
necognva. nce whetter made by this Company w atucty thereon m odmrwiM indemnity contracts, contracts and certificates, and unv and all other
oontmcts and tatdertaking made in the LOursg of this Campatry's surety business, and renewals, extensions, agreements, watvcu, mrts2nts 0.-stipulations;regerd og undenakings so made: and
FURTHER RESOVLED, chat the signs= e fany such Officer of the Company and dm Company's seal may be affixed by facsimile to any power
Of ateTnep or ccnJtication given for the execution of am bond, undertaking reeognisanm, contact of indemnity or other written obligation in the nature
thereo: or related thereto, such signature and seat when so used whether heretofore or hereafter, being hereby adopted by the Company as the original
signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same IDn:e act elYect a ginal
manually affixed"
'i'l1AT the above and foregoing is a full, true and correct copy of Power of Attomq• issued by said Company, and of the whole of the original and that he
said Power of Attorney is still in fail force and eflact and has not been revoked,. and furthermore that the Resolution of the Board of Directors, set forth in Ore said
Pia•` q p e meg is now in fou.
or tits the bawl of the undersigned and the seal of suid Compmn' this -7 �'y day of {/{/r 20 —
i<
Dina Daxkalakis Co
rpnrale Secretary
Fou Hid 8 2Ui0 (v i i
City of NRARM LOa
MULTIPLE -BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
1'V8 the ondersigned PrinIcinzil arra _5iJre"Y. fc SUccess.-gE antl agsiq 5 e�ry.-iltoPs. heirs
a adlnirllst� ors. agree o oe t, inti} ..c sevara:ly hcirj a d firmly bund Ic the City of
Newporl Beart1. a Chem- Vty, in the pnri pal sutH of 10%ofbid
CAUii#3i5 (S 10% ), TO be pad ane fo'fe?E.n M the City
c` ttu�tFct 6eaeh if the bid r�acxs,=i of the undersigned Pr,nvipaE for tt-e cunstructinas o`
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT. Contract No. 8(}f i in the
01y of tJe vpart Beach, is acHeped by t r,• Gcaurc of ;hs City of Newpt rt 13eac# an:,"the
{;rope ew cLnttact is awa ced to the Prlr a al'd ti?e {zi=nc Pnt tails to execute the Ccnararl
4*3L1CiJtTlan :n the 'kjrrY�$1 IifPSCriha^. Gr:Gsn;?t 'flSUIaRCF
certificates and endo se l9en n f0 the sR Cm i 'Tvn , f : e prge- tY,i!,in i 1' _y tong Lsllcndar days
water the date of the mailing 6; N'Ti.-_ct wr; of Awara , or" i:Cs•J1SE� Eh'e ON Wion shal € ecot ne
nuk and vo d.
tf the -undersigned Pnnplpal exec:u ¢;g ihfs Bond is execs: ting this Bond as an ndivxfuaf,
it is agreed E'.at ti --e deatt- Of any such pdreipa1 snail not exonerate the S7;3ety from its
aaiigati.rls c,rJer this 9cnd.
4%Tnsss our nands i,+is 4m day yr May
Days Generato Service, Inc.
Name of Cantrc'Ctor (fin; cipajj
__Hudson Insuran Company
Name cf Surety
23901 Calabasas Road, Supe 1083 Calabasas, CA 91302
Ad aras�
of S re Y
818 449-3114
T�h'orie.:e
Randy pay, Preside'n/1
.rt.�rz� rttS�;(r�furG
Gregg Franks, Attomey-in Fact
f tint Ne ana i if e
(Notary acknowledgment of Principal & $Uri must be attached)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of PLACER
On tw 1 1 before me, ROSS OHRENSCHALL, NOTARY PUBLIC,
/ �(insert name and title of the officer)
personally appeared (�irec�c; Tu"�t,vtk,>
who proved to me on the bagig of satisfactory evidence to be the person{-} whose name(sj({atP_
subscribed to the within instrument and acknowled ed to me thatQshekhep executed the same in
( baallieir authorized capacity#es}, and that b is it signature(*on the instrument the
person(s), or the entity upon behalf of which the person&e cted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
ROSSOHRENSCHALL
WITNESS my hand and official seal. Comm. 02044485
9COMMA Notary Public•California
PlacerCounxpires Nov 3, 2017
Signature /// (Seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of CO y r-9,4 ros"T:1-I )
On 117a g 2oiS beforeme, CH.92lc) P. 1JF4/Irr,/'torlf'4I` �S/[
(insert name and title of the officer)
personally appeared RR N D S 0 i v
who proved to me on the basis of satisfactory evidence to be the person(%) whose name($) is/are
subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in
his/herA*eir authorized capacity(ies), and that by his/herftheir signature(g) on the instrument the
person(s), or the entity upon behalf of which the person($) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
CHARLES 0. DEWITT -1
Commission # 1957540 L
WITNESS my hand and official seal. < "-es Notary Public -California n
Contra Costa County
Signature (Seal), .
M Comm. Expires Nov 18, 2015+
190c"nC.'r" Citr of 1�1eciporr 8,—&CA
,/ kc-rf QFyc�kllo GEnrERiyoaJ RC19LejcF14Fnr 10,4e Cc
CQnrracrNo, E0t J3iovcas 8c'"D
ACKNOWLEDGMENT
..................................................... 0.........................
State of California
County of
On
personally appeared
ss.
before me,
Notary
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
(seal)
...............................................................................
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
_ Personally Known with Paper Identification
Paper identification
Credible Witness(es)
Capacity of Signer:
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other
7
Thumbprint of Signer
E] Check here If
no thumbprint
or fingerprint
Is available.
This page left intentionally blank
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No, 6011
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. (Use additional sheets if needed.)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:
Address:
Phone:
q
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address
Bidder Authorized 81griatur25Ve -
8
This page left intentionally blank
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $15,000, provide the following information:
� G'i3�t�j 37
No.1
Project Name/Number S �u 1 -co t l b
Project Description Aeeil,UGe 1-C +r'l4�_ 4� `
ii ze 5-.. 6�� t --C)) cc;,, "do"J -3- r4
Approximate Construction Dates: From JLt1�7 7 To: .lz I t. 2-� ;-C�(c%
Agency Name
Contact Person
rL rc, y-N,�2
44- a / /2Pz7
Ltd &- ),c -6, -j,
ig 3 - ��T� 16
1L'ld ✓P )9 /icr rayy
Telephone (��?
Original Contract Amount $ Final Contract Amount $
If final amount is different from original please explain (change orders, extra work, etc.)
r� //--
kc ri%F- C/(_V -
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims
No. 2 ��11r l / t'l(D ve F1,5 �1 1 / 4E %
Project Name/Number &!� ,.� I Pti1�:i LE 41c4 C'LL'C%�-t"r
Project Description A P1ua4C h&ckaF Chi �c�z',iLic dr-Le,Q'(d It] ?c-C-1Q"J i�t�i/�rL�o�G��1-t klezei FL .o-C-X4&W
Approximate Construction Dates: From Jct i.,e 1.2, To: l27 -i-1 eft 201 c f
Agency Name f_J l 5�
Contact Person '601) l;-vt 0t") Telephone
Original Contract Amo nt $. ` Flnal Contract Amount
s- .
If final amount is differentfroWongf nal, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 3 Z-0 I )(u t /:u5> /#Cc,'W(ev9C-cp 6 -
Project
Project Name/Number J1 i%r�lG1%7� &L(' kii� -�-A ilpi2fl�jy
Project Description C�Tt-c,4e COLIA-C,'� }#! 7:J-6LAwve {ter , V/C,
Approximate Construction Dates: From To:
Agency Name
Contact Persoi
Original Contract Amount $ ?�� sinal Contract Amount $__78�
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
10
No. 4
Project Name/Number
Project Description lam/ 5FfL-1tP 4f lfit-e/ 1,bire I
Approximate Construction Dates: From gy.4,U-To: 0 fi 124"1 7-0tf
Agency Name Z-ceCi 5-P
Contact Person Pek-,r bt-r hi`,3dZe f- Telephone (9-�P
Original Contract Amount $ilfi�tinal Contract Amount $
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Number �ifl� 6�c'- ✓1e12r7�r Q /J�d �i 1(�3 �/l�v= e)ffe)y=i"5
Project Description
/'veltr'r.5C'5
Approximate Construction Dates: From /"-e h 2-3 To: 5.12& 270/i—
d
Agency Name
Contact Person /./9 of 16--, 4C,�" Telephone%%�
Original Contract Amount $ % Final Contract Amount $ 16 �c c//%i2
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 6
Project Name/Number (OW/Cc i' CL C q p yifv 6r /-P nL `P7�t.1G'vc
Project Description �mel.66 Q 191d a- &12 Com ,`iP�✓Lr CO AA r /�i /�<L �79P�c�'l F!%I
f
Approximate Construction Dates: FromyG#75t 2.J 201l To: /Q �' 2�C�
Agency Name CQjtY��Gt cl fs% �LI, LPi"4i �! L1,%
Contact Person T tlIiZPV //Gz it et, Telephone G�itf- �i fi 2
Original Contract Amount $ f bFinal Contract Amount $ l Ali, 5133
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions. ` f
Bidder Authorized naturef
12
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of CL4/7d/��)
dt (6 L QCccI , belnR first duly sworn, deposes apd says that he or she is
PJr-el,, &Zof Ls`S Ar-r.7'jrr
�-i a' _`zOI2dV,, the party making the
foregoing bid; that the bid is not made in the inter�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
Bidder
Subscribed and sworn to (or affirmed) before me on
that the fycegoing is true and correct.
of /`r 2015
by /` a, d � ( D -r proved
satisfactory evidence to be the person(s) who appeared before me.
to me on the basis of
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
can �!/ut1
�c
CHARL � . WITT Notary Public
fission # 1957540
z ,? Notary Public - California z
[SEAL] z °' Contra costa County
MyComm.Expires Nov 18,201, My Commission Expires: Nou.(81olS
SEC '11- T'At r Fu/( A/ r^DEO i�ecr; an 512.2 C'.,'��(:•-,.4,
13
This page left intentionally blank
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Coni -914 CosFfl
Subscribed and sworn to (or affirmed) before me on this F9
dayof PiRY 120/S,by dCftNay L. 04y
proved to me on the basis of satisfactory evidence to be the
Qp5. CHARLES D. DEWITT
Commission # 1957540 C
a ` Notary Public - California
x' Contra Costa County
Mg Comm. Expires Nov 18, 2015+ �% ^
(Seal) Signature (
�jo. C"t 'r '� /Ve-'Oor� Be.' �
ni41ctr?1-E 8f}CA410 6E^:E12A'T04.S
P/toSEcr C0117-racr Nom- 6Q if
NON "CULL L,S"to.v ftFF(Ol)vit-
kcfiAec�f-r
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
DESIGNATION OF SURETIES
Bidder's name k6z t,"; 6ettCrr-1 /�-))/ Imo, _..1T- c_
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
2351 61L, -d, 5- -> f70
7
14
This page left intentionally blank
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name
Record last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Current
Record
Record
Record
Record
Record
Yearof
for
for
for
for
for
Record
2014
2013
2012
2011
2010
Total
2015
No. of contracts
Total dollar
Amount ofCC���,
Contracts (in
�j5�%k
12
R),0
P "7 o
Iwo
m 7
o 2,
Thousands of $
No. of fatalities®
a
L
No. of lost
Workday Cases
0
0
r�
t/
(1
0
No. of lost
workday cases
involving
C!
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
15
Legal Business Name of Bidder d6EV 5 Lam' T ifr "r&Y ;rci Z«C.
Business Address: fl 13(-)X l '�
Business Tel. No.: C995 -6� ^tf06
State Contractor's License No. and y1j1 C) je
Classification: C-ic i -
Title
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signa
Signa
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf
of the corporation. All must be acknowledged before a Notary Public, who must certify
that such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED]
16
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of
On 1'7 ;4 1p7 2-0/S before me, CffARLES D. DE>✓1rr, N -i -4A K PK 4 / c
(insert name and title of the officer)
personally appeared R11N 0 Y L D 4 } a,J %O.^r / D. P4 IV
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that hai&he/they executed the same in
hW4w/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature C;.a.L
a _ CHARLES D. DENTT
Commission # 1957540 IL
IL
,-sem` Notary Public - California
_ Contra Costa County
My Comm. Expires Nov 1 B, 2015
(Seal)
l ,ifC l(PLC B4cAr-clP 6ENER To R7 t'X—Ti %
r.� 7RgCr No.
Contr/ZAC,fDR5 l (,PIS7RrF7t YAFFry 46Y.,ca
1-0 /i cc 0^104"'Y re,/,L.9C
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name_ c ��� '► i _�� � -t�
The bidder shall signify receipt of all Addenda here, if any, and attach executed
copy of addenda to bid documents:
Addendum No. Date Received Signatu e
17
This page left intentionally blank
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation:®Cz�, JS -774c.
Business Address:—Z-6. L;nc /�(� fj rekl- r I C± �i < /�z
Telephone and Fax Number:
California State Contractor's License No. and Class: 9 It
(REQUIRED AT TIME OF AWARD)
Original Date Issued:/2--/0 Expiration Date: jC�47
f
List the name and title/position of the person(s) who inspected for your firm the site of
the /work proposed in these contract documents:
The following are the names, titles, addresses, and phone numbers of all individuals,
firm members, partners, joint ventures, and company or corporate officers having a
principal interest in this proposal:
Name Title Address Telephone
'(j2_
Corporation organized under the laws of the State of
M,
GS
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
A 4�v,L
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
Briefly summarize the parties' claims and defenses;
JL%il. L41 -
Have you ever had a contract terminated by the owner/agency? If so, explain.
Have you ever failed to complete a project? If so, explain.
I zl`
For any projects you have been involved with in the last 5 years, did you have any
claims or actions by any outside agency or individual for labor ompliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc,)? Yes No
19
This page left intentionally blank
Are any claims or actions unresolved or outstanding? Yes ON
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
r 0 %Ira
M11
CgI• -
read L, Za !�Z
(Print name of Owner or President
of Corporatio)/Corftpap }�
Authorized Siddatureffitle
Title
�- 49 l/
-get;�rTr1cnea c({ciFo2ni,,q Date
4 CkN4 wl=d 1 n w r
On before me, Notary Public, personally
appeared who proved to me on the
basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Notary Public in and for said State
My Commission Expires:
20
(SEAL)
This page left intentionally blank
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Co"I-P.A rYl )
On i�19{� g 12a/S before me, eH/IF. tFS D. 0CLL/ TT ,Iv=i?TRl,<
(insert name and title of the officer)
personally appeared R f1 N O ;' t . D,I
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(o is/ace—
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/heA41heir authorized capacity(iee), and that by his/hef4Mir signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(g) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
190Gwnrtn7: c'7% c / Jyel/Parr 6��,-4
(Seal)
Gh1-7trrftC 81116---kP GFrER,gra,zS XC-101ec," r P�orEcs
Co, -1 j(2/}CT H .0 J/l
JN f o g n A rl ory X EC2 c. 1k Fv o r' V lOP Fie
CHARLES D. DEWITT
Commission # 9957540
Notary Public - California D
Contra Costa County
(Seal)
Gh1-7trrftC 81116---kP GFrER,gra,zS XC-101ec," r P�orEcs
Co, -1 j(2/}CT H .0 J/l
JN f o g n A rl ory X EC2 c. 1k Fv o r' V lOP Fie
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
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 shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• 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. Original 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 Public Works Department within
ten (10) working days after the date shown on the Notification 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.
21
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
CONTRACT NO. 6011
THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 9th day
of June, 2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and DAY'S GENERATOR
SERVICE, INC., a California corporation ("Contractor"), whose address is Post Office
Box 1868, Brentwood, California 94513, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City has advertised for bids for the following described public work: The majority
of the work necessary for the completion of this contract consists of obtaining a
City Building Permit; removing and disposing of existing generators; clearing,
grubbing, and preparing the sites; constructing concrete pads and retaining
curbs; providing temporary power to the facilities as needed; installing electrical
conduits, switches, gears, and other necessary components; procuring and
installing back-up generators; completing all required tests and certifications;
and obtaining a final City Building Permit. The locations where the work is to be
performed are:
1. Central Library: 1000 Avocado Avenue;
2. Lifeguard Headquarters: 70 McFadden Place (Newport Pier);
3. Fire Station No. 1: 110 E. Balboa Boulevard; and
4. Fire Station No. 3: 868 Santa Barbara Drive (the "Project" or "Work").
C. 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, it is mutually agreed by and between the undersigned
parties as follows:
1. 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, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A),
Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and
Standard Drawings, Plans and Special Provisions for Contract No. 6011, Standard
Specifications for Public Works Construction (current adopted edition and all
supplements), and this Contract, and all modifications and amendments thereto
(collectively the "Contract Documents"), all of which are incorporated herein by
reference. 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.
2. 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.
3. COMPENSATION
3.1 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 Five Hundred Eleven Thousand Two Hundred
Fifty Nine Dollars and 00/100 ($511,259.00).
3.2 This compensation includes:
3.2.1 Any loss or damage arising from the nature of the Work;
3.2.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
3.2.3 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, including tsunamis,
and which loss or expense occurs prior to acceptance of the Work by City.
4. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the term of the Contract. Contractor has designated Randy L. Day to be its
Project Manager. Contractor shall not remove or reassign the Project Manager without
the prior written consent of City. City's approval shall not be unreasonably withheld.
Day's Generator Service, Inc. Page 2
5. ADMINISTRATION
This Contract shall be administered by the Public Works Department. City's Public
Works Director, or designee, shall be the Project Administrator and shall have the
authority to act for City under this Contract. The Project Administrator or designee shall
represent City in all matters pertaining to the Work to be rendered pursuant to this
Contract.
6. 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. The Contractor and City expressly agree that in addition to all claims filing
requirements set forth in the Contract and Contract Documents, Contractor shall be
required to file any claim Contractor may have against City in strict conformance with
the Government Claims Act (Government Code 900 et seq.).
7. WRITTEN NOTICE
7.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Contract shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
7.2 All notices, demands, requests or approvals from Contractor to City shall
be addressed to City at:
Attention: Public Works Director
City of Newport Beach
Public Works Department
100 Civic Center Drive
P.O. Box 1768
Newport Beach, CA 92658
7.3 All notices, demands, requests or approvals from City to Contractor shall
be addressed to Contractor at:
Attention: Randy L. Day
Day's Generator Service, Inc.
P.O. Box 1868
Brentwood, CA 94513
Day's Generator Service, Inc. Page 3
8. INDEPENDENT CONTRACTOR
City has retained Contractor as an independent contractor and neither Contractor
nor its employees are to be considered employees of City. The manner and means of
conducting the Work are under the control of Contractor, except to the extent they are
limited by statute, rule or regulation and the express terms of this Contract. No civil
service status or other right of employment shall accrue to Contractor or its employees.
Contractor shall have the responsibility for and control over the means of performing the
Work, provided that Contractor is in compliance with the terms of this Contract.
Anything in this Contract that may appear to give City the right to direct Contractor as to
the details of the performance or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of
the Work.
9. BONDING
9.1 Contractor shall obtain, provide and maintain at its own expense during
the term of this Contract both of the following: (1) a Faithful Performance Bond in the
amount of one hundred percent (100%) of the total amount to be paid Contractor as set
forth in this Contract in the form attached as Exhibit B and incorporated herein by
reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred
percent (100%) of the total amount to be paid Contractor as set forth in this Contract
and in the form attached as Exhibit A and incorporated herein by reference.
9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a 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.
9.3 Contractor shall deliver, concurrently with execution of this Contract, the
Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in
the State of California.
10. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
Day's Generator Service, Inc. Page 4
11. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
12. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the
term of this Contract or for other periods as specified in the Contract Documents,
policies of insurance of the type, amounts, terms and conditions described in the
Insurance Requirements attached hereto as Exhibit C, and incorporated herein by
reference.
13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting power
or twenty-five percent (25%) or more of the assets of the corporation, partnership or
joint -venture.
14. PREVAILING WAGES
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 by calling the prevailing wage hotline number (415) 703-4774,
and requesting one from the Department of Industrial Relations. All parties to the
contract shall be governed by all provisions of the California Labor Code — including, but
not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the
job site.
15. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform the Work on this Project
are identified in the Contractor's Proposal and are attached as part of the Contract
Documents. Contractor shall be fully responsible to City for all acts and omissions of
any subcontractors. Nothing in this Contract shall create any contractual relationship
between City and subcontractor, nor shall it create any obligation on the part of City to
Day's Generator Service, Inc. Page 5
pay or to see to the payment of any monies due to any such subcontractor other than as
otherwise required by law. City is an intended beneficiary of any Work performed by the
subcontractor for purposes of establishing a duty of care between the subcontractor and
City. Except as specifically authorized herein, the Work to be performed under this
Contract shall not be otherwise assigned, transferred, contracted or subcontracted out
without the prior written approval of City
16. RESPONSIBILITY FOR DAMAGES OR INJURY
16.1 City and its elected or appointed officers, agents, officials, employees and
volunteers shall not be responsible in any manner for any loss or damage to any of the
materials or other things used or employed in performing the Project or for injury to or
death of any person as a result of Contractor's performance of the Work required
hereunder, or for damage to property from any cause arising from the performance of
the Project by Contractor, or its subcontractors, or its workers, or anyone employed by
either of them.
16.2 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 Contractor.
16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its elected or appointed officers, agents, officials, employees
and volunteers (collectively, the "Indemnified Parties') from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this Contract,
any Work performed or Services provided under this Contract including, without
limitation, defects in workmanship or materials or Contractor's presence or activities
conducted on the Project (including the negligent, reckless, and/or willful acts, errors
and/or omissions of Contractor, its principals, officers, agents, employees, vendors,
suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable for any or all of them).
16.4 Notwithstanding the foregoing, nothing herein shall be construed to
require Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Contract. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by Contractor.
Day's Generator Service, Inc. Page 6
16.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original
condition and former usefulness as soon as possible, and to protect public and private
property. Contractor shall be liable for any private or public property damaged during
the performance of the Project Work.
16.6 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.
16.7 Nothing in this Section or 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 above.
16.8 The rights and obligations set forth in this Section shall survive the
termination of this Contract.
17. CHANGE ORDERS
17.1 This Contract may be amended or modified only by mutual written
agreement of the parties.
17.2 The Contractor shall only commence work covered by a change order
after the change order is executed and notification to proceed has been provided by the
City.
17.3 There shall be no change in the Contractor's members of the project team,
as listed in the approved proposal, which is a part of this contract without prior written
approval by the City.
18. CONFLICTS OF INTEREST
18.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Contract, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
18.2 If subject to the Act, Contractor shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Contract by City. Contractor shall indemnify and hold harmless City
for any and all claims for damages resulting from Contractor's violation of this Section.
19. TERMINATION
19.1 In the event that either party fails or refuses to perform any of the
provisions of this Contract at the time and in the manner required, that party shall be
Day's Generator Service, Inc. Page 7
deemed in default in the performance of this Contract. If such default is not cured within
a period of two (2) calendar days, or if more than two (2) calendar days are reasonably
required to cure the default and the defaulting party fails to give adequate assurance of
due performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, the
non -defaulting party may terminate the Contract forthwith by giving to the defaulting
party written notice thereof.
19.2 Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Contract at any time by giving seven (7)
calendar days prior written notice to Contractor. In the event of termination under this
Section, City shall pay Contractor for Services satisfactorily performed and costs
incurred up to the effective date of termination for which Contractor has not been
previously paid. On the effective date of termination, Contractor shall deliver to City all
materials purchased in performance of this Contract.
20. STANDARD PROVISIONS
20.1 Recitals. City and Contractor acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Contract.
20.2 Compliance with all Laws. Contractor shall at its own cost and expense
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator.
20.3 Integrated Contract. This Contract represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
20.4 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Contract and any other attachments attached hereto, the
terms of this Contract shall govern.
20.5 Interpretation. The terms of this Contract shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Contract or any other rule of
construction which might otherwise apply.
20.6 Amendments. This Contract may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
Day's Generator Service, Inc. Page 8
20.7 Severability. If any term or portion of this Contract is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Contract shall continue in full force and effect.
20.8 Controlling Law and Venue. The laws of the State of California shall
govern this Contract and all matters relating to it and any action brought relating to this
Contract shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
20.9 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
20.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this contract, the prevailing party shall not be entitled to attorneys' fees.
20.11 Counterparts. This Contract may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
21. 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.
22. 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.
23. RECITALS
City and Contractor acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Contract.
[SIGNATURES ON NEXT PAGE]
Day's Generator Service, Inc. Page 9
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be
executed on the day and year first written above.
APPROVED AS TO FORM:
CITY ATT RNEY'S OFFICE
Date: M
By:
Aaron C. Harp CA outt't•Iir
City Attorney
ATTEST:P /
Date: o
CITY OF NEWPORT BEACH,
a California municipal corporation
r , A --
M
D. Selich
Mayor
CONTRACTOR: Day's Generator
Service, Inc., a California corporation
By:/
Randy L.
President
T
Date:—��j
By:
i ay
Vice President/Treasu r
[END OF SIGNATURES]
Attachments: Exhibit A -- Labor and Materials Payment Bond
Exhibit B -- Faithful Performance Bond
Exhibit C — Insurance Requirements
Day's Generator Service, Inc. Page 10
-FREAS. the City of Newport Beach, State ofCaih has awarded to
Day's Generator Services, Inc. hereir, :31er designated as the ' Print,,
o jilract for: The
'he work necessary -,ie completion of this contrac-1, Of obtaining a
J,rw Pe."It: removing a_--isposirig of existing earng, grubb0g,
'ePar!N the sites; con t'-j,!!'in9 concrete pads and -i,J curbs, providing
power to the facilities JS needed, installing concluits, swirtchm
and other necessary components; procuring and jack -Lip generators;
: ,Ig all required tests and oeifficatiDnis; and fine 4--. Building Pennit. The
is where the work is to be performed are:
I Conte'al Library: 1000 Avocado Avenue:
2- Lifeguard Headquarters, 70 McFadden Place (Newport Pier).
1 Fire Station No.. 1: 110 E. Balboa Boulevard: and
4, Fire Station No- 3, 868 Santa Barbara Drive.
(the 'Project' or 'Work").
WHEREAS, lcrinOat has executed or is about to executes 1�
terms thereof require the furnishing of a bond, providing the,- = -I
Principal's subcontractors, shall fall to pay for any materials, J
11tes used in, upon, for, or about the performance of the Work agreevl _- ;r, .
=iffy work or labor done thereon of any kind, the Surety on this bor, - pay -I Ie
-.;e to the extent hereinarfte,, set forth.
NOW, THEREFORE, We the undersigned Principal. and. Developers Surety and, -,
Indemnity Company f
transact business under Ina laws of the State of California, as Surety,
as "Surety) are held and firmly bound unto the City of Newport Breach -16 stem Of
... Dollars and 001100 ($511,259.00 IMVfUl money ,,14 ji,t; --,rates of
America, sait sum toeing equal to 100% of the estimated Aar, city of
Newport Beach under the terms Of the Contract; for which ppry;i,�fl J truly to De
made, we bind ourselves, our helm executors and adminis• s, successors, or
assigns, jointly and severally, firrnty by these present.
THE OF THIS OBLIGATION IS _qt_ -i 1i'�e Principe or tPe.
Prncitl'al - F fml to t)ay for any matena)r other supoiies
! upon, for, or about '.,)e pertotmance of the Work
-�t'_(,work or labor thereon of any kind, orfor amounts
an, Insurance Code with respect to 4 such h work o a r I bar, or for
u
bc deducted, withheld and paid over to the Employment
Page A-1
*** Five Hundred Eleven Thousand Two Hundred Fifty Nine
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor. then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also: in case suit is brought to enforce
the obligations of this Band. a reasonable attorneys fee. to be fixed by the Court as
required by the provisions of Section 9554 of the Civil Code of the State of California.
Too Bond shall inure to tate Uenefit of any and all persons, companies and
corporatons er'ifled .r.:2 Me 1.aIms under Section 9100 of the California Civil ,ode so as
to give a nqt�• :., :j•=°, or their assigns in any suit brought upon this Sond, as
required by n with the provisions of Sections 9500 of seq. of the Civil
Code of the S'> ,:
And „ r€. hereby stipulates and agrees that no change,
extension of time, � . ,a, r. .',s to the terms of the Contract or to the Work to
be performed thereunder s iv�-,se affect its obligations on this Bond, and it does
hereby waive notice of any such e range, extension of time, alterations or additions to
the terms of the Contract or to the Work or to the specificatons.
In the event that any principal above named executed this Bond as an individual.
it is agreed that the death of any such principal shall not exonerate tfle Surety from its
obligations under this Boric
rty WITNESS WHEREOF, this Instrument has been duly executed by the above
named Principal and Surety, on theth9^ day of July 2015
Day's Generator Services, Inc. J
Name of Contractor (Principal) Authgrpe ign�atu to
Developers Surety and Indemnity Company
Name of Su"
17771 Cowan, Suite 100, Irvine, CA 92614
Address of Surety
800-782-1546
Telephone
Aaron C Harp NM 0811tlrr
City Attorney
Kevin J. Jackson, Attorney-in•Fact
Print 4ama and Title
NOTARY AOKNOWLEDGME1vTS OF C0IVTRA CFOR
AND SURETY MUST BE ATTACHED
Rage A-2
A notary put., =. affiasr co-- ,= nq this
H j.vtduai
is
or
State of California
County of Orange
On JuIy 9thginrs Noe Guerrero
Notary �. r• pe , - Kevin J._
Nota . - - — Jackson -
who _
.—
• - •
at•um, „ Pc uflt�;l, of _ lYhl4n the person(e) actetl, :'X:°
irtsVtam�r�t
I rerlily . ,,-s• PENALT'i' CF .,;,�u`a -.r � Ine laxvs of the State of Ca - -!+,
� that the
111le and correct.
NESS n,y hand and official seat
NOE GUERRER- 0
Commission * 1994381
_ @s' Notary Public California
_ ex hos Angeles County
My Comm: Ex tires Oct 19, 2016
(Sea;)
FSi*xAalp"IAIR MCI "11MIN
A. notarna oublic or other crrnplelintg trv,
cc!rif ~Cate verifies only the identity of fine ind.vici,a�
whr Signed ilia docurr'ent t0 which in's �rI!fiGale is
attached and not the ,ruthfulness, accuracy. of
validay of that document
State of California
County o` co"r-AA C o3 , A V Ss,
On lgk6, , 6,2ors 20/5 before ire. CP1IX'6S ll DFc✓rrTn��aY>ser
Notary r rs , 7ANP)- L. pHY
prc,.: ,�, -+...[factory evidence to be file
- >! persuniA wn38E nartgtg) ig:g,re
,�',t and aci4nowJedged to ,ne ;net he exeo�ated the
-- _ `apac ty(iee). anti that by his.lyeaA air signatures 1K) on the
_ 5 =rtiv upon behalf or which the person(e) acted, executed the
Ice^r, . r PP'., -,T PERJURY under the laws of the State of California thai he
inrey?r:^w ::ragrap' M' -.,t; i'�O carref t..
1111111 1, IIIITT
WITNESS'm apd air ,,3f seai Commission # 1957540
y " z d W Notary Public -California z
c�wru Contra Costa County a
— -- My Comm. Expires Nov 18, 2015
'u' igYlzittt3'$ at)
Page A-3
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
***Kevin J. Jackson, Noe Guerrero, Thomas M. Cimino, Beverly McCoy, Regan James, jointly or severally—
as their true and lawful Aflamey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf 0 said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s}in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is sgned by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President Senior Vice -President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(sl named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship, and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOCJED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such
Power of Attorney or cer ificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severalty caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this November 21, 2013.
By: \ l AND z"% n1967
Daniel Young, 5nrix Vice -President .`g�• •""'•-. �fi OCT 10 EncEy N„rrk J. Lansdon, Vice President ;p>;, 1936
State of .1am'^,
C=,,'y o' Urangc
On Nowo-rnner 2), 2oi3 before me, _ Antonio Alvarado, Notary Public _
Date Here Insert Name and Title of the Officer
personally appeared Daniel Young and Mark J. Lansdon
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to
the within instrument and acknowledged to me that helsheithey executed the same in hislhedtheir authorized
,tyy,_„ capacity(ies), and that by histhentheirsignature(s) on the instrument the person(s), or the entity upon behalf of
ANTOWALVARADO which the persons) acted, executed the instrument
£CAIN. tl 20335543
NOTARY PUBLIC I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
ORANGE COUNTY true and correct.
My comm. eopresAt4 B, 201.7
WETNESS my hand and official seal.
Place Notary Seal Above Signature*
AntmioAlvarado, Notary Public
CERTIFICATE
The undersigned,. as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are xi force as of the date of this Certificate.
This Certificate
-is executed mire City of Irvine, California, this -\i� day of J,lj ,ZQ\ �.
Cassie J. Bemsfor .ssistant Secretary
IDA380(Rev.11113)
1*3
The premium charges on this Bond is 5 9,202.00 being at the
rate of u ieooper _..__ Cnousano of tale Con!I , S ,
WHEREAS, the City of Newport Beach, State of Cai.t i Qj to
Day's Generator Service, Inc. hereinafter designated as the " Princ.p6
majority of the work necessary for the cornptetion of this contrail -
City Building Permit: removing and disposing of existing generW
and preparing the sites. constructing concrete pads and retaining curbs, prri., a
temporary power to the facilities as needed: instatiing elecirlcal vonduits, svitc^e.
gears. and other necessary components: procuring and installing back-up generators:
completing all required tests and certifications. and final City Building Permit. The
locations where the work is to be performed are:
7 Central Library: 1000 Avorado Avenue;
2 Lifeouwar; Headquarters: 70 Mc>'adden Place (Newport Pie(),
3 Fire Station No. 1. 110 E. Balboa Boulevard: and
-a. Fire Station No 3: 868 Santa Barbara Drive,
(the `Project" or'"Work").
WHEREAS, Principal has executed or is about to execute the Contract and the
terms 0_'ereof require the furnishing of a Bond fOr the faithful performance of the
Contra";.
NOW, THEREFORE, we, the Principal, and Developers Surety and Indemnity Company
duly authorized to
transact business under the laws of the State of California 24 Surety (hereinafter
"Surety"). are held and firmly bound unto the GIN of Newport Beach, in the sum of
Dollars and oo M00$stt,25s.00 ;awtul money of the United States of
America, said sum being equal to 100% of the estimated amount of the Contract, to ae
paid to the City of Newport, Beach, its successors, and assigns: for which payment well
and truiy io be made, we bind ourselves, our heirs. executors and administrators,
successors or assigns. jointly and severally, firmly by these present.
I HE CONDITION OF THIS OSLiGATION IS SUCH, that if the Principal, or the
iPrincipai s heirs, exe--utors, administrators, succ al is 01 a signs, fail to abide by, and
Well and tniiy Keep and perform any or ai overiants, conditions, and
agreasments in the Contract Documents ;and err V. - made as therein
prcrvidec: on its part, to be kept anil perforrni; true ` r = ...i . -.!-,e manner therein
*** Five Hundred Eleven Thousand Two Hundred Fifty Nine Page 8-1
st < '2-1 anti In a!t respects according
to kis true intent and
meaning, or fails to
irr -'ty, defend and save harmless
the
City of Newport
Beacrt, its officers
P -m; ,teas and agents, as therein stipulated.
then, Surety will
faithfully perforrn the
an arnourst not %exceeding the
sum
specified in this
Bond; otherwise this
shall become'hill and void
As a part of the obligation, Secured hereby, and to addition to the face amount
speclfled in this I-erfgrMance Bond, there shall be Included costs and reasonable
expenseinc fees, Inciuc, rrt reasonable attgmeys fees. incurred by City, only in the
e,e :7,:rred to tar, q 3n action n law of equity against Surety to enforce the
obta,, ,.r'un ;s Bond.
Sur d, s :fes and agrees that no charge, extension of
lime. tri+ F of the Contact or is the Mork to be perfomied
thereunus- sra: anv rust ,t it; oras on this Bond, and it does hereby waive
notice of any such change nsi = i -t alterations or additions of the Contract of
to the Work or to the sped!.:
TF s Faithful Perforrante Bond shalt tae extended and maintained by the
Principal In full force and effect for one (t ) year following the date of formal acceptance
of the Project by City.
In tree event that the Principal executed this bond as an individual, it is agreed
that the death of any such Principal snail not exonerate the Surety from its obligations
under anis Bond.
IN WITNESS WHEREOF. this inslnament has been duly executed by the
Principal and Surety above nanned, o-1 the 9th day of i ,2 ft 15
Day's Generator Service, Inc. �X
lance of Contractor (Principal) Ar,thq Ze SId13 8r e
Developers Surety and Indemnity Company
Name of Surety
17771 Cowan, Suite 100, Irvine, CA 92623
Address of Surety -
800-782-1546
Telephone _
8y � / i --A
Signature
Kevin J. Jackson, Attorney -in -Fact
Putt Name aro * ,;c
Aaron C. ;-tarp (AM CA -)v 115 -
City
-)v115-
City Muornay
NOTARY A :KP/OWLEDGMEN7S OF C(J.NTRACTOR AND SURETY h4tJ5 T BE A 7AAGriED
_ _ Page B-2
= C Of other off!cet cc-,] .-.I .`Iq thI5
=.'pie c4 California
Orange
July Ath
2015 before me. Noe Guerrero
Puhl
Proved t,1 sfactory evident ,r �a�, s - _
are su r� ni erics acknoyAelged ,c-
c
samr- r � _ �_.; ,:�a�crty(res), and that by n
nsmament mp r _ 4- . atliy upon behalf sof wt11Ch the
=nstrument
I cerfify under PENALTY of PERJURY ur,our the ;ar;rs of the State of Cavi me that the
foreCJ6 rng paragrB«-t's trite and co"eC.4.
NOEGUERRERO
VViTNESS my his,^c �I, Commission 11994361
e Notary Public - California
Los Angeles County
My Comm: Esuss Det 19.2016
/S
AG#{t',GOWLEOGMENT
A notary pubiio or othor officer Ccrnpleting this
certificate verthes onto the dsni:iy of the rndmdual
kvtut signed the document to which this certificate is
atlached, and not the truthfulness, accuracy, or
va4dity o1 that document.
State of California
County pt CO. TRA cosi t } ss.
On A 4&4sr G, '1-o S , :20_L. .� belc �;.. L'f/fIRc FJ D
idol r, r _ aR �qN — —
,nro4t4 _ .. =tc .tv rvy o "J f-' ;_.
-e rame?ex+
same it I
rnshume",. 7 Cit a e •.�,,^, r,el a:' _ ; _- t . _ -�., the
instrument
I certrty under PE`; ,. r CE PERJURY under the !ay r e" -e State o' _, irumia that the
foregoing paragrapt and correct
CHARLES D. OEMTT
VVITr ESS my t --.ani rr official seat Commission # 1957540 ir
Notary Public - California z
Contra Costa County >
Signature NiYC- °Expires Noy 16, 201
aij
ZMM
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA. do each
hereby make, constitute and appoint:
***Kevin J. Jackson, Noe Guerrero, Thomas M. Cimino, Beverly McCoy, Regan James, jointly or severally***
as their true and lawful Aftomey(s)-in-Fact. to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of mrety-
ship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform ovary act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute. on behalf at the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of eiuicr, of t -a cc yGatlune be, and each of them hereby m, authorized
to attest the exwuton of any such Power of Attomey;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile. and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this November 21, 2013.
AND
By:
Daniel Youn, Sfinicr Vice -President `pc.;........
•. �hOF o; nc,,,
9 ,;yJ, G�0.PORgr�.ti$y?
Jul =wE �p i`'
--i -- -- -.._ =o'• 1938 Fel McMlansden, Vicu-P:esidert +>r*,+.5;
.tate ct California
Coun'ry cf Orange
On November 212013 _ _before me, _ Antonio Alvarado, Notary Public _
Date Here Insert Name and Ttie of the Officer
personally appeared _ Daniel Young and Mark J, Lansdon
Names) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to
the within instrument and acknowledged to me that heishelthey executed the same in Nwriber/their authorizes
camd"y0te), and!hat by hish rA^elr sgnztu {s) on 'mss ira - the persor(s), arthe entity upon benalt of
AN`r JS110 FLVARADO y Which theperson(s) acted, executed the instrument
o COMM. # 2033556 qtr►
NOTARY PUBLIC CALIFORNIA I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
ORANX;E COU11 YY true and correct.
My=.". erpkesAug. 4.2017
WITNESS my hand and official seal.
Place Notary Seal Above Signature__6A
* _
Antonio Alvarado, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in hill force and has not been revoked and. furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth In the Power of Attorney are in face as of the date of this Certificate.
�
This Certificate is executed. N the City of INme, California, this it -011, day of
By
Cassie J. Semi sistamt Secretary
ID-1380(Rev.11!13)
EXHIBIT C
INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Contract, policies of insurance of the type
and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's
Liability Insurance with limits of at least one million dollars ($1,000,000)
each employee for bodily injury by accident and each employee for bodily
injury by disease in accordance with the laws of the State of California,
Section 3700 of the Labor Code. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation Insurance and
Employer's Liability Insurance in accordance with California law for all of
the subcontractor's employees. The insurer issuing the Workers'
Compensation insurance shall amend its policy by endorsement to waive
all rights of subrogation against City, its elected or appointed officers,
agents, officials, employees and volunteers. Contractor shall submit to
City, along with the certificate of insurance, a Waiver of Subrogation
endorsement in favor of City, its elected or appointed officers, agents,
officials, employees and volunteers.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate and two
million dollars ($2,000,000) completed operations aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
Day's Generator Service, Inc. Page C-1
insured contract (including the tort liability of another assumed in a
business contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Contract, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit for each accident.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Contract shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials employees and
volunteers or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers
and insurance clauses from each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its elected or appointed officers, agents, officials employees and
volunteers shall be included as additional insureds under such policies.
C. Primary and Non Contributory. Contractor's insurance coverage shall be
primary insurance and/or the primary source of recovery with respect to
City, its elected or appointed officers, agents, officials, employees and
volunteers. Any insurance or self-insurance maintained by City shall be
excess of Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation or nonrenewal of coverage (except for
nonpayment for which ten (10) calendar days notice is required) for each
required coverage except Builders Risk Insurance, which shall contain an
endorsement with said required notices.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. All of the executed
Day's Generator Service, Inc. Page C-2
documents referenced in this Contract must be returned to City within ten
(10) regular City business days after the date on the "Notification of
Award". Insurance certificates and endorsements must be approved by
City's Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during
the term of this Contract. City reserves the right to require complete,
certified copies of all required insurance policies, at any time.
B. City's Right to Revise Requirements. The City reserves the right at any
time during the term of the Contract to change the amounts and types of
insurance required by giving Contractor ninety (90) calendar days
advance written notice of such change. If such change results in
substantial additional cost to Contractor, City and Contractor may
renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Contractor shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Exhibit A are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Contractor maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Contractor. Any available proceeds in excess of specified minimum
limits of insurance and coverage shall be available to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use
any self-insured retentions on any portion of the insurance required herein
and further agrees that it will not allow any indemnifying party to self -
insure its obligations to City. If Contractor's existing coverage includes a
Day's Generator Service, Inc. Page C-3
self-insured retention, the self-insured retention must be declared to City.
City may review options with Contractor, which may include reduction or
elimination of the self-insured retention, substitution of other coverage, or
other solutions. Contractor agrees to be responsible for payment of any
deductibles on their policies.
G. City Remedies for Non Compliance. If Contractor or any subcontractor
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Contract, or to suspend Contractor's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Contractor or
reimbursed by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
I. Coverage not Limited. All insurance coverage and limits provided by
Contractor and available or applicable to this Contract are intended to
apply to the full extent of the policies. Nothing contained in this Contract
or any other agreement relating to City or its operations limits the
application of such insurance coverage.
J. Coverage Renewal. Contractor will renew the coverage required here
annually as long as Contractor continues to provide any Work under this
or any other Contract or agreement with City. Contractor shall provide
proof that policies of insurance required herein expiring during the term of
this Contract have been renewed or replaced with other policies providing
at least the same coverage. Proof that such coverage has been ordered
shall be submitted prior to expiration. A coverage binder or letter from
Contractor's insurance agent to this effect is acceptable. A certificate of
insurance and/or additional insured endorsement as required in these
specifications applicable to the renewing or new coverage must be
provided to City with five (5) calendar days of the expiration of the
coverages.
K. Maintenance of General Liability Coverage. Contractor agrees to maintain
commercial general liability coverage for a period of ten (10) years after
completion of the Project or to obtain coverage for completed operations
liability for an equivalent period.
Day's Generator Service, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 7/15/15
Dept./Contact Received From: Raymund
Date Completed: 7/15/15 Sent to: Raymund By: Chris/Alicia
Company/Person required to have certificate: Days's Generator Service, Inc.
Type of contract: Public Works
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 7/26/14 to 7/26/15
A. INSURANCE COMPANY: Scottsdale Insurance Co.
B. AM BEST RATING (A-: VII or greater): A+; XV
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes N No
D. LIMITS (Must be $1M or greater): What is limit provided?
1,000,000/2,000,000
E. ADDITIONAL INSURED ENDORSEMENT — please attach
N Yes ❑ No
F. PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
N Yes ❑ No
G. ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
Operations status does not apply to Waste Haulers)
N Yes ❑ No
H. ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
N Yes ❑ No
I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
N Yes ❑ No
J. CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence' wording?
❑ Yes N No
K. ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L. NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
11. .AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 8/6/14 to 8/6/15
A. INSURANCE COMPANY: Travelers Property & Casualty
B. AM BEST RATING (A-: VII or greater) A++; XV
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? N Yes ❑ No
D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided? 1,000,000
E. LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?) N/A
F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only): N N/A ❑ Yes ❑ No
G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No
H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 2/24/15 to 2/24/16
A.
INSURANCE COMPANY: State Compensation Fund
B.
AM BEST RATING (A-: VII or greater): N/A
C.
ADMITTED Company (Must be California Admitted):
N Yes
[-]No
D.
WORKERS' COMPENSATION LIMIT: Statutory
N Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
N Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
N N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A N Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
36W -
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
7/15/15
Date
N N/A ❑ Yes ❑ No
N N/A ❑ Yes ❑ No
N N/A ❑ Yes ❑ No
N Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Risk Management approval needed due to General Liability carrier being Non -Admitted Approved by Sheri on
Approved:
Risk Management Date
* Subject to the terms of the contract.
PR 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
CONTRACT NO. 6011
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
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. 6011 in accordance 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
1. Lump Sum Mobilization and Demobilization
@ 7iM'v -f�cSttsceo Dollars
and
Z -e j'-0 Cents $
Per Lump Sum
2. Lump Sum Surveying Services f
@ ff ��v�IFiCILtC' Dollars
and
Z e tiy Cents ctv
Per Lump Sum
3. Lump Sum Clear and Grub and
Existing Equipment Disposal
@_ 1 Tw G( Dollars
and
Z e- u Cents
Per Lump Sum
4. Lump Sum Central Library
@ g 41�� le L :t tnt `0ollars
F
etkd Zcwr3 Cents
Per Lump Sum
PR2of2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. Lump Sum Lifeguard Headquarters ' 1
@
L? Dollars
and
7_ Cents $ .16Z
Per Lump Sum
6. Lump Sum Fire Station No. 1
olle Gc u v, d v&CWC; cr►?,
@_5��y h u�, d► d e-��k> to Dollars
and
yy Cents $ `7 2
Per Lump Sum
7. Lump Sum Fire Station No. 3
Ode itv1,1d re 746qe96t'id
@ Dollars
and
�y Cents
Per Lump Sum
8. Lump Sum As -Built Plans
@ FIVE THOUSAND Dollars
and
ZERO Cents 5,000.00
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
F, Lf 11t4pid ►-o J le,,,e, -4otece, hi(o( ve/ - / Vttt Dollars
and 2-CY0 Cents
9--ll-1i
Date
M - 4'/ "/,_ 2tv6 � 2/,i;;� AO -e
Bidder's Telephone and Fax Numbers
Bidder's License No(s).
and Classification(s)
e2 U
$ //, 9 5
Total Price (Figures)
-e e -i 5 &,P� fi/ �f-Ljc
Bidder —
Bidder's
P6 E
rized S
/06jy
Bidder's Address
Bidder's email address: r�-,Ct r7 J)6 L,, -5 6-5. C
re and Title
CITY OF NEWPORT BEACH 6
PUBLIC WORKS DEPARTMENT 43 60'
SPECIAL PROVISIONS
CONTRACT NO. 6011
INTRODUCTION
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions and Electrical Specifications; (2) the Plans (Drawing No.
B -5228-S); (3) the City's Standard Special Provisions and Standard Drawings for Public
Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications
for Public Works Construction (2009 Edition), including supplements. 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., 990 Park Center Drive, Suite -E, Vista, CA 92081, 760-734-1113.
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 majority of the work necessary for
the completion of this contract consists of obtaining the City Building Permit; removing
and disposing of existing generators; clearing, grubbing, and preparing the sites;
constructing concrete pads and retaining curbs; providing temporary power to the
facilities as needed; installing electrical conduits, switches, gears, and other necessary
components; procuring and installing back-up generators; completing all required tests
and certifications; and City Building Permit Final. The locations where the work is to be
performed are:
1. Central Library: 1000 Avocado Avenue
2. Lifeguard Headquarters: 70 McFadden Place (Newport Pier)
3. Fire Station No. 1: 110 E. Balboa Boulevard
4. Fire Station No. 3: 868 Santa Barbara Drive
2-9 SURVEYING
2-9.2 Line and Grade Add to this section: "The Contractor's California Licensed
Land Surveyor shall utilize/follow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
improvements. The design surveyor for this project is DMS Consultants, Inc. and can
be contacted at (714) 740-8840. At a minimum, two (2) sets of cut -sheets for all areas
shall be included in the bid price and copies of each set shall be provided to City 48 -
hours in advance of any work. In addition, the filing of a Comer Record and/or a
Record of Survey with the County Surveyor's Office is required after the completion of
Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner
Records for review by the City a minimum of three (3) working days before the
anticipated Work.
2-9.6 Survey Monuments. The Contractor prior to the beginning of work shall
inspect the project for existing survey monuments and then schedule a meeting with the
City Surveyor to walk the project to review the survey monuments. The Contractor shall
protect all survey monuments during construction operations. In the event that existing
survey monuments are removed or otherwise disturbed during the course of work, the
Contractor shall restore the affected survey monuments at his sole expense. The
Contractor's Licensed Surveyor shall file the required Record of Survey or Corner
Records with the County of Orange upon monument restoration.
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.
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. Submittals are required for all construction material.
SECTION 5 ---UTILITIES
5-1 LOCATION. Add the following after the 3'd paragraph: "upon completion of the
work or phase of work, the Contractor shall remove all USA utility markings."
5-2 PROTECTION. Add the following: "In the event that an existing pull or meter
box or cover is damaged by the Work and is not re -useable, the Contractor shall
provide and install a new pull or meter box or cover of identical type and size at no
additional cost to the City."
5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade
City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts
and survey monuments.
The Contractor will be required to contact Southern California Edison, The Gas
Company, SBC Telephone, cable television, and other utility facilities to have existing
utilities adjusted to finish grade. The Contractor shall coordinate with each utility
company for the adjustment of their facilities.
SECTION 6 ---PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6-7, shall commence on the
date of the `Notice To Proceed.'
No work shall begin until a "Notice To Proceed" has been issued, a pre -construction
meeting has been conducted, and 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 Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the 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."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 165 consecutive working days after the date on the
Notice to Proceed. Up to 75 consecutive working days shall be granted for shop
drawing preparation, reviews and approvals, generator manufacturing and delivery.
After the manufacture of the generator, the Contractor shall install and complete all
construction activities under the contract within 90 working days.
The Contractor shall ensure the availability of all material prior to the start of
construction 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
(New Year's Day), 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 and Friday in November (Thanksgiving and Friday after), December 24tH
(Christmas Eve), December 25tt' (Christmas), and December 31 St (New Year's Eve). If
January 1st, July 4th, November 11th, December 24th, December 25th or December
31st falls on a Sunday, the following Mori ft is a holiday. If January 15t, July 4tH
November 11th December 24th December 25 or December 31st falls on a Saturday,
the Friday before is a holiday. "
6-7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:00
p.m., Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:00 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. A request for working
during any of these hours must be made at least 72 hours in advance of the desired
time period. 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 $146.00 per hour when such time periods are
approved.
In order to minimize the disruption to the Fire Department and the Central Library, some
night work for switchover may be required and the following requirements shall apply:
A. Night work hours shall be closely coordinated for operational needs. No
night work will be undertaken without first submitting a request to the
Engineer. No work is allowed Friday or Saturday nights.
B. The Engineer must approve all requests for night work.
C. The Contractor shall notify the Engineer two weeks prior to the start of any
requested night work.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$500.00.
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $500.00 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
inconvenience to vehicular and pedestrian traffic, and the Department as a result of
construction operations."
SECTION 7 ---RESPONSIBILITIES OF THE CONTRACTOR
7-2 LABOR. Add to this section: "Any employee of the Contractor or any
subcontractor that will work within the Police Facility building, must first have a
background security check conducted by the Police Department. Any worker not
cleared by the security check, shall not work within the Police Facility building. Workers
employed solely outside the building do not have to have a security check."
7-5 PERMITS Replace this section with "The project is deemed 'permit -ready' by the
City's Building Department. The Contractor shall obtain building permits from the
Building Department. City of Newport Beach plan check, building permit and
inspection fees will be waived."
7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water 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.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be
allowed. The Contractor will be responsible for completing all water connections within
the time period allowed. The times and dates of any utility to be shut down must be
coordinated with the City of Newport Beach, Utilities Department. The City must
approve any nighttime work in advance.
7-8 PROJECT SITE MAINTENANCE
7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor
will have gratis use of City water and power.
The Contractor shall minimize the amount of time the facilities will be without power.
Therefore, the Contractor will be required to install and maintain temporary power to the
buildings at any point the electrical supply is interrupted. At anytime that the building
has power but the backup generator is not connected, a temporary generator shall be
employed as a backup generator."
7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching
shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized
on arterial highways shall be pinned and recessed flush with existing pavement
surface."
7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including
all water used during sawcutting operations, containing mud, silt or other deleterious
material due to the construction of this project shall be treated by filtration or retention in
settling basin(s) sufficient to prevent such material from migrating into any catch basin,
Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at hftp://www.city.newport-
beach.ca.uslpubworks/links,htm."
7-8.6.1 Best Management Practices and Monitoring Program, The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
7-10 PUBLIC CONVENIENCE AND SAFETY
7-10.1 Traffic and Access. Add to this section: "The Contractor shall provide
traffic control and access in accordance with Section 7-10 of the Standard
Specifications and the Work Area Traffic Control Handbook (WATCH), also published
by Building News, Inc.
7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the
Contractor's responsibility to obtain an area for the storage of equipment and
materials. The Contractor shall obtain the Engineer's approval of a site for storage of
equipment and materials prior to arranging for or delivering equipment and materials to
the site. Prior to move -in, the Contractor shall take photos of the laydown area. The
Contractor shall restore the laydown area to its pre -construction condition. The
Engineer may require new base and pavement if the pavement condition has been
compromised during construction."
7-10.4 Safety
7.10.4-1 Safety Orders. Add to this section: `The Contractor shall be solely
and completely responsible for conditions of the job -site, including safety of all persons
and property during performance of the work, and the Contractor shall fully comply with
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place
'NO PARKING -TOW AWAY' signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty-eight hours in advance of the need for enforcement.
The signs will be provided at no cost to the Contractor. However, the City reserves the
right to charge $1.50 per sign following any excessive abuse or wastage of the signs by
the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department at (949) 644-3717 for verification of posting at least forty-eight hours
in advance of the need for enforcement. The signs shall (1) be made of white card
stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be
City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the
Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the
completed sign shall be reviewed and approved by the Engineer prior to posting.
7-15 CONTRACTOR'S LICENSES. At the time of award and until the completion of
work, the Contractor shall possess a Class "C-10" license.
Under current Contractors State License Board policy, only those contractors holding
the following classifications are properly licensed to contract for the installation,
removal, and/or modification of underground storage tanks and piping for the purpose
of this project:
A. A valid Class "A" General Engineering Contractor License
B. A valid, current certificate of training from the manufacturers) of the
component(s) being installed
C. A valid, current UST Installation/Retrofitting certificate issued by the International
code Council (ICC)
D. A valid, current hazardous substance certification issued by the Contractors
State License Board.
At the time of the award and until completion of work, the Contractor or the
Subcontractor that will be doing the work encompassing the removal of the existing
diesel fuel line removal and capping shall possess all these classifications. Prior to
beginning the work, the Contractor or subcontractor shall submit evidence that they
hold or are contracted with a subcontractor who holds the above classifications.
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 RECORDSMS 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 reviewed by the Engineer at the time each progress bill is submitted.
Any changes to the approved plans that have been made with approval from the
Engineer of Record or City Inspector shall be documented on the "As -Built" drawings. It
shall be the contractor's responsibility to arrange for the appropriate changes to be
made to the final drawing set, and present both a corrected Mylar hard copy and a
compact disc (CD) with each drawing sheet saved as a .PDF as described in the City of
Newport Beach Design Criteria Standard Special Provisions & Standard Drawings for
Public Works Construction 2004 edition (revised June 23, 2008).
The "As -Built" Mylar plans and CD shall be submitted and approved by the Engineer
prior to final payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three 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, including
restoring all existing improvements, to complete the item of 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. The following items of work pertain to the bid items included within the Proposal:
Item No. 1 Mobilization and Demobilization: Work under this item shall include
providing bonds, insurance and financing, preparing the BMP Plan and construction
schedule, posting of Public Notices, and all other related work as required by the
Contract Documents. It shall also include work to demobilize from the project site
including but not limited to site cleanup, removal of USA Markings and providing any
required documentation as noted in these Special Provisions.
Item No. 2 Surveying Services: Work under this item shall include the cost of
construction staking, final grades, all horizontal alignment, as -built field notes, and other
survey items as required to complete the work.
Item No. 3 Clear and Grub and Existing Equipment Disposal: Work under this item
shall include dismantling, removing, and disposing of all the existing generator, transfer
switch, day tank, battery charger, electrical wires, conduits, etc items that are no longer
needed as well as removal and disposal of soil, base materials, plants, and planting
materials as needed for the generator pad construction as shown on the Drawings.
Item No. 4 Central Library: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to furnish and
install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain and integrally colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
0 completing systems testing and Building Permit Final.
Item No. 5 Lifeguard Headquarters: Work under this item, unless specified by
another bid item on the proposal, shall include all equipment, materials and labor to
furnish and install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pad to MLLW 10.0,
non -reinforced plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 6 Fire Station No. 1: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to furnish and
install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 7 Fire Station No. 3: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to furnish and
install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• removing and capping the existing fuel line per applicable Codes;
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 8 As -Built Plans. Work under this item shall include all actions necessary
to provide as -built drawings. These drawings must be kept up to date and submitted to
the Engineer for review prior to request for payment. An amount of $5,000.00 is
determined for this bid item. The intent of this pre-set amount is to emphasize to the
Contractor the importance of as -build drawings.
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."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 --- CONCRETE. MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement
concrete for construction shall be Class 560-C-3250."
201-2 REINFORCEMENT FOR CONCRETE
201-2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be
Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown
otherwise on the plans."
201-8 INTEGRAL COLOR
201-8.1 Admixture. Add to this section: "Admixture for integrally colored concrete
shall be Scofield Chromix Admixture Color No. C-34, Dark Grey with double pigment
quantity or Color No. 6063, Winter Beige at the discretion of the Engineer."
SECTION 209 --- ELECTRICAL COMPONENTS
209-1 REGULATIONS AND CODES Add to this section: `In addition, the Contractor
will follow the attached Electrical Specifications."
209-2.5 Emergency Backup Generator The emergency backup generator shall
conform to the requirements set out by the South Coast Air Quality Management
District. A list of District approved generators can be found at
http://www.aamd.gov/prdas/spreadsheetsfICECertList.xis, The emergency generator
shall be selected from this list. The Contractor shall provide the Certified Equipment
Permit as provided by the manufacturer or distributor of the generator. Prior to
construction, the Contractor shall obtain a "Permit to Construct" from AQMD.
PART 3
CONSTRUCTION METHODS
SECTION 300 ---EARTHWORK
300-1 CLEARING AND GRUBBING
300-1.3 Removal and Disposal of Materials
Add to this Section: "Removal and disposal of material shall be done by City
approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of
approved haulers can be provided upon request or be found on the City's website at:
http://www.city.newport-beach.ca.us/GSV/Frachised Haulers.htm."
300-1.3.1 General. Add to this section: "The work shall be done in accordance
with Section 300-1.3.2 of the Standard Specifications except as modified and
supplemented herein. Joins to existing pavement lines shall be full depth sawcuts.
Final removal between the sawcut lines may be accomplished by the use of
jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted
on the job. The Engineer must approve final removal accomplished by other means."
300-1.3.2 Requirements
(c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley
Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly
made to a minimum of two (2) inches." Replace the words " 1 '% inch" of the last sentence
with the words "two (2) inches".
300-1.5 Solid Waste Diversion. Non -reinforced concrete and asphalt wastes
generated from the job site shall be disposed of at a facility that crushes such materials
for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a
sanitary landfill.
The Contractor shall maintain monthly tonnage records of total solid wastes generated
and solid wastes disposed of at a sanitary landfill. The Contractor shall report said
tonnage monthly to the Engineer on a form provided by the Engineer and provide
appropriate confirmation documentation from the recycling facility.
The Contractor shall fully comply with the following ELECTRICAL TECHNICAL
SPECIFICATIONS which augment, but are not referenced to, sections of the
Standard Specifications for Public Works Construction.
ELECTRICAL TECHNICAL SPECIFICATIONS
SECTION 26 00 10 - BASIC ELECTRICAL REQUIREMENTS
SECTION 26 05 19 - LOW -VOLTAGE ELECTRICAL POWER
CONDUCTORS AND CABLES
SECTION 26 05 26 - GROUNDING AND BONDING FOR
ELECTRICAL SYSTEMS
SECTION 26 05 34 - CONDUIT
SECTION 26 05 53 - IDENTIFICATION FOR ELECTRICAL
SYSTEMS
SECTION 26 00 10 - BASIC ELECTRICAL REQUIREMENTS
PART 1- GENERAL
1.1 SCOPE
A. This section supplements all sections of this division and shall apply to all phases of
work hereinafter specified, shown on the drawings, or required to provide a complete
installation of electrical systems for the Project. The work required under this division
is not limited to the electrical specifications and drawings. Refer to all bid documents
including Civil and Structural documents which may designate Work to be
accomplished. The intent of the Specifications is to provide a complete and operable
electrical system, which shall include all documents that are a part of the entire Project
Contract.
1. Work included: Furnish all labor, material, tools, equipment, facilities,
transportation, skilled supervision necessary for, and incidental to, performing
operations in connection with furnishing, delivery, and installation of the work in
this division complete as shown or noted on the Drawings and specified herein.
B. Related Work Specified Elsewhere:
1. Refer to all sections in the general contract conditions, Contract Requirements and
Division 1, General Requirements.
C. Work Installed but Famished by Others:
1. The electrical work includes the installation or connection of certain materials and
equipment famished by others. Verify installation details. Foundations for
apparatus and equipment will be furnished by others unless otherwise noted or
detailed.
1.2 GENERAL REQUIREMENTS
A. Guarantee See General Conditions:
1. Except as may be specified under other Sections in the specification, guarantee
equipment furnished under the specifications for a period of one year, except for
equipment required to have a longer guarantee period, from date of final
completion. Guarantee all work against defective workmanship, material, and
improper installation. Upon notification of failure, correct deficiency immediately
and without additional cost to the Owner.
2. Standard warranty of manufacturer shall apply for replacement of parts after
expiration of the above period. Manufacturer shall furnish replacement parts to the
Owner or his service agency as approved. Furnish to the Owner, through the
Engineer, printed manufacturer's warranties complete with material included and
expiration dates, upon completion of project. Conform to Division 01.
B. Equipment Safety: All electrical materials and equipment shall be new and shall be
listed by Underwriter's Laboratories and bear their label, or listed and certified by a
nationally recognized testing authority where UL does not have an approval. Custom
made equipment must have complete test data submitted by the manufacturer attesting
to its safety.
C. Codes and Regulations:
1. Design, manufacturer, testing and method of installation of all apparatus and
materials furnished under the requirements of these specifications shall conform to
the latest publications or standard rules of the following:
a. Institute of Electrical and Electronic Engineers - IEEE
b. National Electrical Manufacturers' Association - NEMA
c. Underwriters' Laboratories, Inc. - UL
d. National Fire Protection Association - NFPA
e. American Society for Testing and Materials - ASTM
f. American National Standards Institute - ANSI
g. California Electrical Code - CEC, Title 24, Part 3
h. California Code of Regulations, Title 8, Subchapter S
i. California Building Code -CBC, Title 24 Parts 1 &2
j. State & Municipal Codes in Force in the Specific Project Area
k. Occupational Safety & Health Administration - OSHA
1. California State Fire Marshal
in. California Fire Code- CFC, Title 24 Part 9
n. National Electrical Testing Association - NETA
2. The term "Code", when used within the specifications, shall refer to the
Publications, Standards, ordinances and codes, listed above. In the case where the
codes have different levels of requirements the most stringent rules shall apply.
D. Requirements of Regulatory Agencies:
1. Codes, Permits, and Fees: Where the Contract Documents exceed minimum
requirements, the Contract Documents take precedence. Where code conflicts
occur, the most stringent shall apply. The most stringent condition shall be as
interpreted by the Engineer.
a. Comply with all requirements for permits, licenses, fees and Code. Permits,
licenses, fees, inspections and arrangements required for the Contractor at his
expense shall obtain the Work, unless otherwise specified.
b. Comply with the requirements of the applicable utility companies serving the
Project. Make all arrangements with the utility companies for proper
coordination of the Work.
E. Shop Drawings:
1. See Division 01 for additional requirements.
2. Time Schedules for Submission and Ordering: The Contractor shall prepare,
review and coordinate his schedule of submissions carefully, determining the
necessary lead time for preparing, submitting, checking, ordering and delivery of
materials and equipment for timely arrival. The Contractor shall be responsible for
conformance with the overall construction schedule.
3. Submittals will be checked for general compliance with specifications only. The
Contractor shall be responsible for deviations from the drawings or specifications
and for errors or omissions of any sort in submittals.
4. Submit a complete list of materials and equipment proposed for the job, including
manufacturers names and catalog numbers.
5. Shop drawings shall be submitted in completed groups of materials (i.e., lighting
fixtures or switchgear). The Contractor shall add and sign the following paragraph
on equipment and materials submitted for review. "It is hereby certified that the
(equipment) (material) shown and marked in this submittal is that proposed to be
incorporated into the project; is in compliance with the Contract Drawings and
specifications and can be installed in the allocated spaces". Failure to add the
above written statement for compliance will result in return of submittals without
review.
a. Bind catalog cuts, plate numbers, descriptive bulletins and drawings, 11" x
17" (275 mm x 435 mm) or smaller, in sets with covers neatly showing titles.
b. The Contractor shall verify dimensions of equipment and be satisfied as to
Code compliance for fit prior to submitting shop drawings for approval.
c. Where current limiting devices are specified, submit technical data to
substantiate adequate protection of equipment cascaded downstream.
Submittals shall not be reviewed unless supporting calculations and data are
submitted therewith.
d. Include complete catalog information such as construction, ratings, insulation
systems, as applicable.
e. For any material specified to meet UL or trade standards, famish the
manufacturers or vendor's certification that the material furnished for the work
does in fact equal or exceed such specifications.
f. Reference listings to the specifications' Sections and Article to which each is
applicable.
g. Equipment Floor Plans: After approval of material is secured prepare a floor
plan of each electrical and communication equipment space, room or yard,
drawn to scale at 1/2 inch equals 1 foot and submit for approval in the same
manner as for shop drawings. The layout drawings shall be exact scale.
6. Contractor shall prepare coordinated drawings when required by Division 01 or
where noted otherwise.
F. Interpretations: The Contractor through the Engineer must make Requests for
interpretations of drawings and specifications. Any such requests made by equipment
manufacturers or suppliers will be referred to the Contractor.
G. Standard of Quality
1. The contract Drawings and Specifications establish the "MINIMUM STANDARD
OF QUALITY" each product and/or system must meet to be considered
acceptable. Products of other manufactures will be considered if the product and/or
system meet or exceed the "MINIMUM STANDARD OF QUALITY" established
by this Contract Document.
2. Items for similar application shall be of the same manufacturer.
3. The label of listing by UL shall appear on all materials and equipment for which
standards have been established by the agency.
4. Where codes as listed in Section General Requirement Section of the
Specifications that establish label or approved requirements, furnish all materials
and equipment with either the required labels affixed or the necessary written
approval.
5. Provide the type and quantity of electrical materials and equipment necessary to
complete Work and all systems in operation, tested and ready for use.
6. Provide and install all incidental items that belong to the Work described and
which are required for complete systems.
7. All switchboards, distribution boards, panel boards and circuit breakers shall be of
the same manufacturer.
8. All wiring devices such as switches and receptacles shall be of the same
manufacturer.
H. Substitutions: Refer to Division 01
I. Submit comprehensive material list, shop drawings and complete technical data for the
following equipment and materials:
1. General Requirements:
a. Conduits
b. Conductors, include all selected insulation types.
c. Pullboxes, manholes and handholes.
d. Generator and ATS
J. Record Drawings: Refer to Division 01, Contract Closeout.
K. Work Responsibilities:
1. The drawings indicate diagrammatically the desired locations or arrangement of
conduit runs, outlets, junction boxes and equipment and are to be followed.
Execute the work so as to secure the best possible installation in the available
space and to overcome local difficulties due to space limitations. The Contractor is
responsible for the correct placing of his work. Where conflicts occur in plans
and/or specifications, the most stringent application shall apply and shall be part of
the base bid.
2. Locations shown on Structural plan or on wall elevations shall take precedence
over electrical plan locations, but where a major conflict is evident, notify the
Engineer.
3. In the event minor changes in the indicated locations or arrangement are necessary
due to developed conditions in the building construction or rearrangement of
furnishings or equipment or due to interference with other trades, such changes
shall be made without extra cost.
4. All scaled and figured dimensions are approximate of typical equipment of the
class indicated. Before proceeding with work carefully check and verify
dimensions and sizes with the drawings to see that the furnished equipment will fit
into the spaces provided without violation of applicable Codes.
5. Should any changes to the work indicated on the drawings or described in the
specifications be necessary in order to comply with the above requirements, notify
the Engineer.
6. Contractor shall be responsible for coordination of coordinated drawings when
required by the Engineer.
7. Replace or repair, without additional compensation any work which does not
comply with or which is installed in violation of any of these requirements.
8. Unless otherwise specified elsewhere in the specifications, do all excavating
necessary for the proper installation of the electrical work.
9. Locations of Openings: Locate chases, shafts and openings required for the
installation of the electrical work during framing of the structure. Do any
additional cutting and patching required. Cutting or drilling in any structural
member is prohibited without approval of the Engineer. Furnish all access panels
to make all boxes, connections and devices accessible as required by CEC.
10. Location of Sleeves: Where conduits pass through concrete walls, suspended slabs
or metal deck floors, install sleeves of adequate size to permit installation of
conduit. Sleeves shall be installed prior to pouring of concrete and shall have ends
flush with the wall or extend 2 inches above floor surfaces. Verify locations.
11. Contractor shall be responsible for cutting and patching which may be required for
the proper installation of the electrical work
12. Protect work, materials and equipment and provide adequate and proper storage
facilities during the progress of the work. Storage outdoors shall be weather
protected and shall include space heaters to prevent condensation. Provide for the
safety and good condition of all work until final acceptance of the work. Replace
all damaged or defective work, materials and equipment before requesting final
acceptance.
13. Conduit and Equipment to be Installed: Clean thoroughly to remove plaster,
spattered paint, cement and dirt on both exterior and interior. All underground
conduits shall be mandrelled prior to pulling wire.
14. Conduit and Equipment to be Painted: Clean conduit exposed to view in completed
structure by removing plaster and dirt. Remove grease, oil and similar material
from conduit and equipment by wiping with clean rags and suitable solvents in
preparation for paint.
15. Items with Factory Finish: Remove cement, plaster, grease and oil, and leave
surfaces, including cracks and comers, clean and polished. Touch up scratched or
bare spots to match finish.
16. Site Cleaning: Remove from site all packing cartons, scrap materials and other
rubbish on a weekly basis. Vacuum out all cabinets, switchgear and panels and
junction boxes prior to pulling any conductors.
17. Electrical equipment and materials exposed to public and in finished areas shall be
finish -painted after installation in accordance with the Painting Section. All
exposed screw-type fasteners, exterior, or interior in restrooms, shall be vandal -
resistant spanner type; include tool.
M. Excavation, Cutting and Patching:
1. Excavating, trenching and backfilling required for the work of this Division in
accordance with the applicable requirements of Division 2. Excavating and
backfilling connected with electrical work, repaving cuts and providing and
maintaining protective measures for the electrical work excavation required by the
governing authorities having jurisdiction shall be performed as a part of the work
of this Division.
2. Verify openings indicated on the drawings. Provide all cutting, patching and
reinforcement of the construction of the building as required to install electrical
work.
N. Tests
1. Equipment and systems for which the National Electrical Testing Association
(META) has an approved or recommended procedure, shall be tested in accordance
with that procedure. Test values shall equal values recommended by NETA.
Copies of test reports shall be submitted as required under shop drawing
submittals.
2. Resistance to ground tests shall be accomplished by a qualified independent testing
firm to measure resistance to ground at grounding electrodes. Make tests before
slabs or affected areas are poured in order that corrective measures, if required,
may be taken. Submit a report showing the results of these measurements. If the
resistances exceed values specified elsewhere or NETA test procedure
recommendations, perform corrective measures required to reduce resistance to
acceptable values.
3. Measure the three-phase voltage at no load and at maximum load conditions and
submit to the engineer a report showing the results of these measurements.
4. Upon completion of the work and adjustment of all equipment, conduct an
operating test. Conduct the test in the presence of an authorized representative of
the Owner's Representative. Demonstrate system and equipment to operate in
accordance with requirements of the Contract Documents and to be free from
electrical and mechanical defects. Provide systems free from short circuits and
grounds and show an insulation resistance between phase conductors and ground
not less than the requirements of the governing electric code. Test circuits for
proper neutral connection.
5. Complete tests prior to final inspection of project, including corrective work based
on the results of the tests.
6. Perform special tests on systems and equipment as specified herein using
personnel qualified to perform such tests.
O. Protection: Protect finish parts of the materials and equipment against damage during
the progress of the work and until final completion and acceptance. Cover materials and
equipment in storage and during construction in such a manner that no finished surfaces
will be damaged or marred. Keep moving parts clean, dry and lubricated.
P. Cleaning Up:
1. Upon completion of the work and at various time during the progress of the work,
remove from the building all surplus materials, rubbish and debris resulting from
the work of this Division.
2. Thoroughly clean switchgear including busses, apparatus, exposed conduit, metal
work including the exterior and interior, and accessories for the work of this
Division, of cement, plaster and other deleterious materials; remove grease and oil
spots with cleaning solvent; carefully wipe surfaces and scrape cracks and comers
clean.
3. Thoroughly polish chromium or plated work. Remove dirt and stains from lighting
fixtures.
4. Leave the entire installation in a clean condition.
Q. Completion:
1. The work will not be reviewed for final acceptance until operating and
maintenance data, manufacturer's literature, panel directories and nameplates
specified herein have been approved and properly posted or installed and final
cleaning of equipment and premises has been completed.
2. When the installation is complete and adjustments have been made, operate the
system for a period of one week, during which time demonstrate that systems are
completed and operating in conformance with the specifications.
R. Operating and Maintenance Data: Submit complete and at one tune, prior to acceptance
of the installation, 4 copies of manufacturer's instructions for operation and
maintenance of electrical equipment, including replacement parts lists. As specified in
Division 01
S. Inspection and Acceptance Procedures: The Engineer will submit observation reports
periodically during the construction phase detailing Contract deficiencies. The
Contractor is responsible for making corrections immediately. Notice of Completion of
the project will not be made until all items have been corrected.
T. Final Completion of Electrical Systems:
1. Prior to Final Completion of operating electrical systems, the Contractor shall:
a. Provide materials of the type and quality specified and as necessary for proper
operation, tested and ready for use.
b. Furnish the required Operating and Maintenance Data/Manuals.
c. Clean up of the project pertaining to this Division of the work.
d. After installation has been completed and adjustments made, operate the
system for a period of one week, during which time, demonstrate to the
Engineer that systems are complete and operating in conformance with
Contract Documents.
e. Conduct tests required and as specified in this Division and submit test reports
and corrective actions taken.
f. Submission of warranties and guarantees.
2. Final Completion of Work Shall be Contingent On:
a. Contractor replacing defective materials and workmanship.
b. Upon completion of work and adjustments made, Contractor shall conduct an
operating test for each system for approval at such time as Engineer directs.
Conduct test in presence of authorized representative of Engineer and
demonstrate that systems and equipment do operate in accordance with
requirements of the Contract Documents and are free from electrical and
mechanical defects.
c. Contractor shall provide the necessary training programs and instructions to
the Owner's representative. Number of hours shall be a minimum of four (4)
hours for each system or days as required under separate Sections of these
Specifications. Complete operation and maintenance manuals shall be
provided at least two (2) weeks prior to training.
d. Submit copies of manufacturer's instructions and maintenance of electrical
equipment including replacement parts lists. Each set shall include one set of
shop drawings of equipment installed.
U. Submittals for Change Orders: When changes are made during the construction phase,
deletions and additions shall be presented in a manner that will indicate the cost of each
item of material and corresponding labor. Markup shall be then added in accordance
with the requirements of the General Conditions as modified by the Supplementary
Conditions.
V. The Contractor at a time convenient to the Owner shall provide instruction to the
Owner's operating personnel in the proper operation and maintenance of all equipment
and systems. The instructors shall have received factory training and shall be
thoroughly familiar with the equipment installed. The operating personnel shall receive
the number of days instruction as indicated in other sections.
1.3 PROJECT RECORD DOCUMENTS
A. Record Drawings: CAD: Use a computer aided drafting (CAD) system in the
preparation of record drawings for this Project. Acceptable CAD systems shall be
capable of producing files in AutoCAD Version 2004 compatible DWG or DXF
format. Owner's consultant will furnish CAD backgrounds for use by the Contractor
after construction is 85% complete except where prohibited by Contract.
B. Record Set During the Work: At site, maintain at least one set of Drawings as a Field
Record Set. Also maintain at least one copy of all Addenda, Modifications, approved
submittals, correspondence, and transmittals at site. Keep Drawings and data in good
order and readily available to Engineer and Owner.
C. Changes: Clearly and correctly mark Record Drawings to show changes made during
the construction process at the time the changed work is installed. No such changes
shall be made in the work imless authorized by the Engineer.
D. Final Record Drawings: Conform to Division 01 requirements.
E. Preparation of Final Record Drawings: Contractor shall transfer recorded changes in the
work indicated on the Field Record Set to the record set. Changes shall be neatly and
clearly drawn and noted by skilled draftsmen, and shown technically correct.
F. Approval: Prior to Engineer's inspection for Substantial Completion, submit the Final
Record Drawings to the Engineer for review, and make such revisions as may be
necessary for Final Record Drawings to be a true, complete, and accurate record of the
work.
G. Manuals: Obtain data from the various manufacturers and submit instruction, operation,
and maintenance manuals as required and to the extent required under other Sections.
H. At all times when the work is in progress, maintain at the workplace, fabrication shop
or Project Site as applies, a complete separate, clean, undamaged set of the latest
stamped, actioned submittals. As work progresses, maintain records of "as installed"
conditions on this set in suitable ink or chemical fluid. Update the set daily. After
successful completion of Project Site testing specified herein, and after completion of
Punch List corrections, copy all records of "as installed" conditions on to originals.
I. Quantity:
1. Review sets:As for Shop and Field Drawings.
2. Record set:Refer to Division 0l.
J. Format: Record Drawings:
1. Disk copy of Record Drawings -1 copy of each drawing file in format noted
above, CD-ROM.
K. Content: All drawings required under "Field and Shop Drawings". Show "as installed"
condition. Where room designations according to Project permanent signage differ
from construction designations in the Contract Documents, show both designations.
L. Warranty Certificates: Comply with Division 01.
PART2-PRODUCT
2.1 NOT USED
PART 3 - INSTALLATION
3.1 NOT USED
END OF SECTION
SECTION 26 05 19 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
PART IGENERAL
1.1
A. Single conductor bailding wire.
B. Wire and cable for 600 volts and less.
C. Wiring connectors.
D. Electrical tape.
E. Heat shrink tubing.
F. Wire pulling lubricant.
1.2 REFERENCE STANDARDS
A. ASTM B3 - Standard Specification for Soft or Annealed Copper Wire; 2001
(Reapproved 2007).
B. ASTM B8 - Standard Specification for Concentric -Lay -Stranded Copper Conductors,
Hard, Medium -Hard, or Soft; 2011.
C. ASTM B33 - Standard Specification for Tin -Coated Soft or Annealed Copper Wire for
Electrical Purposes; 2010.
D. ASTM B787/B787M - Standard Specification for 19 Wire Combination Unilay-
Stranded Copper Conductors for Subsequent Insulation; 2004 (Reapproved 2009).
E. ASTM D3005 - Standard Specification for Low -Temperature Resistant Vinyl Chloride
Plastic Pressure -Sensitive Electrical Insulating Tape; 2010.
F. ASTM D4388 - Standard Specification for Nonmetallic Semi -Conducting and
Electrically Insulating Rubber Tapes; 2008.
G. NECA 1 - Standard for Good Workmanship in Electrical Construction; National
Electrical Contractors Association; 2010.
H. NEMA WC 70 - Power Cables Rated 2000 Volts or Less for the Distribution of
Electrical Energy; National Electrical Manufacturers Association; 2009 (ANSI/NEMA
WC 70/ICER 5-95-658).
I. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution
Equipment and Systems; International Electrical Testing Association; 2009.
J. NPPA 70 - National Electrical Code•, National Fire Protection Association; Most
Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable
Amendments and Supplements.
K. UL 44 -Thermoset-Insulated Wires and Cables; Current Edition, Including All
Revisions.
L. UL 83 - Thermoplastic -Insulated Wires and Cables; Current Edition, Including All
Revisions.
M. UL 486A -486B - Wire Connectors; Current Edition, Including All Revisions.
N. UL 486C - Splicing Wire Connectors; Current Edition, Including All Revisions.
O. UL 486D - Sealed Wire Connector Systems; Current Edition, Including All Revisions.
P. UL 510 - Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape; Current
Edition, Including All Revisions.
1.3 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under
other sections with the actual conductors to be installed, including adjustments for
conductor sizes increased for voltage drop.
2. Coordinate with electrical equipment installed under other sections to provide
terminations suitable for use with the conductors to be installed.
3. Notify Engineer of any conflicts with or deviations from the contract documents.
Obtain direction before proceeding with work.
1.4 SUBMITTALS
A. See Section 0130 00 - Administrative Requirements, for submittal procedures.
B. Product Data: Provide manufacturer's standard catalog pages and data sheets for
conductors and cables, including detailed information on materials, construction,
ratings, listings, and available sizes, configurations, and stranding.
1.5 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
1.6 DELIVERY, STORAGE, AND HANDLING
A. ,Receive, inspect, handle, and store conductors and cables in accordance with
manufacturer's instructions.
PART 2 PRODUCTS
2.1 CONDUCTOR AND CABLE APPLICATIONS
A. Do not use conductors and cables for applications other than as permitted by NFPA 70
and product listing.
B. Provide single conductor building wire installed in suitable raceway unless otherwise
indicated, permitted, or required.
C. Nonmetallic -sheathed cable is not permitted,
D. Underground feeder and branch -circuit cable is not permitted.
E. Service entrance cable is not permitted.
F. Armored cable is not pemritted.
G. Metal -clad cable is not permitted.
2.2 CONDUCTOR AND CABLE MANUFACTURERS
A. Anaconda Power Cables
B. Carol Cable
C. Rome Wire and Cable
D. Pirelli Wire and Cable
E. Okonite Wire
F. Canada Wire
G. Cerro Wire LLC: www.cerrowire.corn.
H. Encore Wire Corporation: www.encorewire.com.
I. Southwire Company: www.southwire.com.
2.3 ALL CONDUCTORS AND CABLES
A. Provide products that comply with requirements of NFPA 70.
B. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for
the purpose indicated.
C. Provide new conductors and cables manufactured not more than one year prior to
installation.
D. Unless specifically indicated to be excluded, provide all required conduit, boxes,
wiring, connectors, etc. as required for a complete operating system.
E. Comply with NEMA WC 70.
F. Thermoplastic -Insulated Conductors and Cables: Listed and labeled as complying with
UL 83.
G. Thermoset -Insulated Conductors and Cables: Listed and labeled as complying with UL
44.
H. Conductors and Cables Installed Exposed in Spaces Used for Environmental Air (only
where specifically pennitted): Plenum rated, listed and labeled as suitable for use in
return air plenums.
I. Conductor Material:
1. Provide copper conductors only. Aluminum conductors are not acceptable for this
project. Conductor sizes indicated are based on copper.
2. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated
copper conductors complying with ASTM B3, ASTM B8, or ASTM B787/B
787M unless otherwise indicated.
3. Tinned Copper Conductors: Comply with ASTM B33.
J. Minimum Conductor Size:
1. Branch Circuits: 12 AWG.
a. Exceptions:
1) 20 A, 120 V circuits longer than 75 feet: 10 AWG, for voltage drop.
2) 20 A, 120 V circuits longer than 150 feet: 8 AWG, for voltage drop.
3) 20 A, 277 V circuits longer than 150 feet: 10 AWG, for voltage drop.
2. Control Circuits: 14 AWG.
K. Conductor Color Coding:
1. Color code conductors as indicated unless otherwise required by the authority
having jurisdiction. Maintain consistent color coding throughout project.
2. Color Coding Method: Integrally colored insulation.
a. Conductors size 4 AWG and larger may have black insulation color coded
using vinyl color coding electrical tape.
3. Color Code:
a. 208Y/120 V, 3 Phase, 4 Wire System:
1) PhaseA:Black.
2) Phase B: Red.
3) Phase C: Blue.
4) Neutral/Grounded: White.
b. 240/120 V,1 Phase, 3 Wire System:
1) Phase A: Black.
2) Phase B: Red.
3) Neutral/Grounded: White.
c. Equipment Ground, All Systems: Green.
2.4 SINGLE CONDUCTOR BUILDING WIRE
2.5
A. Description: Single conductor insulated wire.
B. Conductor Stranding:
1. Feeders and Branch Circuits:
a. Size 10 AWG and Smaller: Solid.
b. Size 8 AWG and Larger: Stranded.
C. Insulation Voltage Rating: 600 V.
D. Insulation:
1. Copper Building Wire: Type THHN/THWN or THHN/THWN-2, except as
indicated below.
a. Size 4 AWG and Larger: Type XHHW-2.
b. Installed Underground: Type XHHW-2.
E. Type THWN for exterior or wet locations, in raceway.
A. Description: Wiring connectors appropriate for the application, suitable for use with the
conductors to be connected, and listed as complying with UL 486A -486B or UL 486C
as applicable.
B. Wiring Connectors for Splices and Taps:
1. Copper Conductors Size 8 AWG and Smaller: Use twist -on insulated spring
connectors or compression connectors.
2. Copper Conductors Size 6 AWG and Larger: Use split bolt mechanical connectors.
C. Wiring Connectors for Terminations:
1. Provide terminal lugs for connecting conductors to equipment furnished with
terminations designed for terminal lugs.
2. Provide compression adapters for connecting conductors to equipment furnished
with mechanical lugs when only compression connectors are specified.
3. Where over -sized conductors are larger than the equipment terminations can
accommodate, provide connectors suitable for reducing to appropriate size, but not
less than required for the rating of the overcurrent protective device.
4. Provide motor pigtail connectors for connecting motor leads in order to facilitate
disconnection.
5. Copper Conductors Size 8 AWG and Larger: Use mechanical connectors where
connectors are required.
6. Stranded Conductors Size 10 AWG and Smaller: Use crimped terminals for
connections to terminal screws.
7. Conductors for Control Circuits: Use crimped terminals for all connections.
D. Do not use insulation -piercing or insulation -displacement connectors designed for use
with conductors without stripping insulation.
E. Do not use push -in wire connectors as a substitute for twist -on insulated spring
connectors.
F. Twist -on Insulated Spring Connectors:. Rated 600 V, 221 degrees F for standard
applications and 302 degrees F for high temperature applications; pre -filled with sealant
and listed as complying with UL 486D for damp and wet locations.
G. Mechanical Connectors: Provide bolted type.
H. Compression Connectors: Provide circumferential type or hex type crimp
configuration.
I. Crimped Terminals: Nylon -insulated, with insulation grip and tenninal configuration
suitable for connection to be made.
2.6 WIRING ACCESSORIES
A. Electrical Tape:
1. Vinyl Color Coding Electrical Tape: Integrally colored to match color code
indicated; listed as complying with UL 510; minimum thickness of 7 mil; resistant
to abrasion, corrosion, and sunlight; suitable for continuous temperature
environment up to 221 degrees F.
2. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as
complying with UL 510; minimum thickness of 7 mil; resistant to abrasion,
corrosion, and sunlight; conformable for application down to 0 degrees F and
suitable for continuous temperature environment up to 221 degrees F.
3. Rubber Splicing Electrical Tape: Ethylene Propylene Rubber (EPR) tape,
complying with ASTM D4388; minimum thickness of 30 mil; suitable for
continuous temperature environment up to 194 degrees F and short-term 266
degrees F overload service.
4. Electrical Filler Tape: Rubber -based insulating moldable putty, minimum
thickness of 125 mil; suitable for continuous temperature environment up to 176
degrees F.
5. Varnished Cambric Electrical Tape: Cotton cambric fabric tape, with or without
adhesive, oil -primed and coated with high-grade insulating varnish; minimum
thickness of 7 mil; suitable for continuous temperature environment up to 221
degrees F.
6. Moisture Sealing Electrical Tape: Insulating mastic compound laminated to
flexible, all-weather vinyl backing; minimum thickness of 90 mil.
B. Heat Shrink Tubing: Heavy -wall, split -resistant, with factory -applied adhesive; rated
600 V; suitable for direct burial applications; listed as complying with UL 486D.
C. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be
installed and suitable for use at the installation temperature.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that work likely to damage wire and cable has been completed.
B. Verify that raceways, boxes, and equipment enclosures are installed and are properly
sized to accommodate conductors and cables in accordance with NFPA 70.
C. Verify that raceway installation is complete and supported.
D. Verify that field measurements are as shown on the drawings.
E. Verify that conditions are satisfactory for installation prior to starting work.
3.2 PREPARATION
A. Clean raceways thoroughly to remove foreign materials before installing conductors
and cables.
3.3 INSTALLATION
A. Circuiting Requirements:
1. Unless dimensioned, circuit routing indicated is diagrammatic.
2. When circuit destination is indicated and routing is not shown, determine exact
routing required.
3. Arrange circuiting to minimize splices.
4. Include circuit lengths required to install connected devices within 10 ft of location
shown.
5. Maintain separation of Class 1, Class 2, and Class 3 remote -control, signaling, and
power -limited circuits in accordance with NFPA 70.
6. Maintain separation of wiring for emergency systems in accordance with NFPA
70.
7. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are
shown as separate, combining them together in a single raceway is not permitted.
B. Install products in accordance with manufacturer's instructions.
C. Install conductors and cable in a neat and workmanlike manner in accordance with
NECA 1.
D. Installation in Raceway:
1. Tape ends of conductors and cables to prevent infiltration of moisture and other
contaminants.
2. Pull all conductors and cables together into raceway at same time.
3. Do not damage conductors and cables or exceed manufacturer's recommended
maximum pulling tension and sidewall pressure.
4. Use suitable wire pulling lubricant where necessary, except when lubricant is not
recommended by the manufacturer.
E. Paralleled Conductors: Install conductors of the same length and terminate in the same
manner.
F. Secure and support conductors and cables in accordance with NFPA 70 using suitable
supports and methods approved by the authority having jurisdiction. Provide
independent support from building structure. Do not provide support from raceways,
piping, ductwork, or other systems.
G. Install conductors with a minimum of 12 inches of slack at each outlet.
H. Where conductors are installed in enclosures for future termination by others, provide a
minimum of 5 feet of slack.
I. Neatly train and bundle conductors inside boxes, wireways, panelboards and other
equipment enclosures.
J. Make wiring connections using specified wiring connectors.
1. Make splices and taps only in accessible boxes. Do not pull splices into raceways
or make splices in conduit bodies or wiring gutters.
2. Remove appropriate amount of conductor insulation for making connections
without cutting, nicking or damaging conductors.
3. Do not remove conductor strands to facilitate insertion into connector.
4. Clean contact surfaces on conductors and connectors to suitable remove corrosion,
oxides, and other contaminates. Do not use wire brush on plated connector
surfaces.
5. Mechanical Connectors: Secure connections according to manufacturer's
recommended torque settings.
6. Compression Connectors: Secure connections using manufacturer's recommended
tools and dies.
K. Insulate splices and taps that are made with uninsulated connectors using methods
suitable for the application, with insulation and mechanical strength at least equivalent
to unspliced conductors.
1. Dry Locations: Use insulating covers specifically designed for the connectors,
electrical tape, or heat shrink tubing.
a. For taped connections, first apply adequate amount of rubber splicing
electrical tape or electrical filler tape, followed by outer covering of vinyl
insulating electrical tape.
b. For taped connections likely to require re-entering, including motor leads, first
apply varnished cambric electrical tape, followed by adequate amount of
rubber splicing electrical tape, followed by outer covering of vinyl insulating
electrical tape.
2. Damp Locations: Use insulating covers specifically designed for the connectors,
electrical tape, or heat shrink tubing.
a. For connections with insulating covers, apply outer covering of moisture
sealing electrical tape.
b. For taped connections, follow same procedure as for dry locations but apply
outer covering of moisture sealing electrical tape.
3. Wet Locations: Use heat shrink tubing.
L. Insulate ends of spare conductors using vinyl insulating electrical tape.
M. Field -Applied Color Coding: Where vinyl color coding electrical tape is used in lieu of
integrally colored insulation as permitted in Part 2 under "Color Coding", apply half
overlapping turns of tape at each termination and at each location conductors are
accessible.
N. Color Code Legend: Provide identification label identifying color code for ungrounded
conductors at each piece of feeder or branch -circuit distribution equipment when
premises has feeders or branch circuits served by more than one nominal voltage
system.
O. Unless specifically indicated to be excluded, provide final connections to all equipment
and devices, including those furnished by others, as required for a complete operating
system.
P. Make splices, taps, and terminations to carry full ampacity of conductors with no
perceptible temperature rise. Keep splices in underground junction boxes, handholes,
and manholes to an absolute minimum. Where splices are necessary, use resin pressure
splices and resin splicing kits manufactured by the 3M Company to totally encapsulate
the splice. Arrange the splicing kit to minimize the effects of moisture.
Q. Install wire and cable securely, in a neat and workmanlike manner, as specified in
NECA 1.
3.4 FIELD QUALITY CONTROL
A. Perform inspection, testing, and adjusting in accordance with Section 0140 00.
B. Inspect and test in accordance with NETA STD ATS, except Section 4.
C. Perform inspections and tests listed in NETA STD ATS, Section 7.3.2. The insulation
resistance test is required for all conductors. The resistance test for parallel conductors
listed as optional is not required.
D. Correct deficiencies and replace damaged or defective conductors and cables.
E. Perform inspections and tests listed in NETA STD ATS, Section 7.3.2.
END OF SECTION
SECTION 26 05 26 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 GENERAL
1.1
A. Grounding and bonding requirements.
B. Conductors for grounding and bonding.
C. Connectors for grounding and bonding.
D. Grounding and bonding components.
E. Provide all components necessary to complete the grounding system(s) consisting of:
1. Rod electrodes.
1.2 REFERENCE STANDARDS
A. NECA 1 - Standard for Good Workmanship in Electrical Construction; National
Electrical Contractors Association; 2010.
B. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution
Equipment and Systems; International Electrical Testing Association; 2009.
C. NFPA 70 - National Electrical Code; National Fire Protection Association; Most
Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable
Amendments and Supplements.
D. UL 467 - Grounding and Bonding Equipment; Current Edition, Including All
Revisions.
1.3 PERFORMANCE REQUIREMENTS
A. Grounding System Resistance: 25 ohms.
1.4 SUBMITTALS
A. See Section 0130 00 - Administrative Requirements for submittals procedures.
B. Product Data: Provide for grounding electrodes and connections.
C. Project Record Documents: Record actual locations of components and grounding
electrodes.
1.5 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
PART2PRODUCTS
2.1 GROUNDING AND BONDING REQUIREMENTS
A. Do not use products for applications other than as permitted by NFPA 70 and product
listing.
B. Unless specifically indicated to be excluded, provide all required components,
conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary
for a complete grounding and bonding system.
C. Where conductor size is not indicated, size to comply with NFPA 70 but not less than
applicable minimum size requirements specified.
2.2 GROUNDING AND BONDING COMPONENTS
A. General Requirements:
1. Provide products listed, classified, and labeled by Underwriter's Laboratories Inc.
(LTL) or testing firm acceptable to authority having jurisdiction as suitable for the
purpose indicated.
2. Provide products listed and labeled as complying with UL 467 where applicable.
B. Conductors for Grounding and Bonding, in addition to requirements of Section 26 05
19:
Use insulated copper conductors unless otherwise indicated.
a. Exceptions:
1) Use bare copper conductors where installed underground in direct contact
with earth.
2) Use bare copper conductors where directly encased in concrete (not in
raceway).
C. Connectors for Grounding and Bonding:
1. Description: Connectors appropriate for the application and suitable for the
conductors and items to be connected; listed and labeled as complying with UL
467.
2. Unless otherwise indicated, use exothermic welded connections for underground,
concealed and other inaccessible connections.
3. Unless otherwise indicated, use mechanical connectors, compression connectors,
or exothermic welded connections for accessible connections.
2.3
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
3. Tinned Conductors: ASTM B 33.
4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch (6 mm)
in diameter.
5. Bonding Conductor: No. 4 AWG, stranded conductor.
6. Bonding Jumper: Copper tape, braided conductors, terminated with copper
ferrules; 1-5/8 inches (41 nun) wide and 1/16 inch (1.6 mm) thick.
7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors, terminated with
copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick.
C. Rod Electrodes: Copper -clad steel.
2.4 CONNECTORS AND ACCESSORIES
A. Mechanical Connectors: Bronze.
B. Exothermic Connections:
1. Cadweld or approved equal.
C. Wire: Stranded copper.
D. Grounding Electrode Conductor: Size to meet NFPA 70 requirements.
E. Grounding Well:
1. Well Pipe: 8 inch by 24 inch long clay tile pipe with belled end.
2. Well Cover: Cast iron with legend "GROUND" embossed on cover.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that work likely to damage grounding and bonding system components has been
completed.
B. Verify that field measurements areas shown on the drawings.
C. Verify that conditions are satisfactory for installation prior to starting work.
3.2 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Install grounding and bonding system components in a neat and workmanlike manner
in accordance with NECA 1.
C. Ground Rod Electrodes: Unless otherwise indicated, install ground rod electrodes
vertically. Where encountered rock prohibits vertical installation, install at 45 degree
angle or bury horizontally in trench at least 30 inches (750 mm) deep in accordance
with NFPA 70 or provide ground plates.
1. Outdoor Installations: Unless otherwise indicated, install with top of rod 6 inches
below finished grade.
D. Make grounding and bonding connections using specified connectors.
1. Remove appropriate amount of conductor insulation for making connections
without cutting, nicking or damaging conductors. Do not remove conductor strands
to facilitate insertion into connector.
2. Remove nonconductive paint, enamel, or similar coating at threads, contact points,
and contact surfaces.
3. Exothermic Welds: Make connections using molds and weld material suitable for
the items to be connected in accordance with manufacturer's recommendations.
4. Mechanical Connectors: Secure connections according to manufacturer's
recommended torque settings.
5. Compression Connectors: Secure connections using manufacturer's recommended
tools and dies.
E. Identify grounding and bonding system components in accordance with Section 26 05
53.
F. Grounding Conductors: Route along shortest and straightest paths possible, unless
otherwise indicated or required by Code. Avoid obstructing access or placing
conductors where they maybe subjected to strain impact, or damage.
G. Ground Rods: Drive rods until tops are 2 inches (50 mm) below finished floor or final
grade, unless otherwise indicated.
1. Interconnect ground rods with grounding electrode conductor below grade and as
otherwise indicated. Make connections without exposing steel or damaging
coating, if any.
H. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes
shall be at least 12 inches (300 mm) deep, with cover.
1. Test Wells: Install at least one test well for each service, unless otherwise
indicated. Install at the ground rod electrically closest to service entrance. Set top
of test well flush with finished grade or floor.
3.3 FIELD QUALITY CONTROL
A. Perform inspection in accordance with Section 0140 00.
B. Perform inspections and tests listed in NETA STD ATS, Section 7.13.
C. Perform ground electrode resistance tests under normally dry conditions. Precipitation
within the previous 48 hours does not constitute normally dry conditions.
D. Investigate and correct deficiencies where measured ground resistances do not comply
with specified requirements.
END OF SECTION
PART 1 GENERAL
1.1
SECTION 26 05 34 - CONDUIT
A. Galvanized steel rigid metal conduit (RMC).
B. PVC -coated galvanized steel rigid metal conduit (RMC).
C. Electrical metallic tubing (EMT).
D. Rigid polyvinyl chloride (PVC) conduit.
E. Conduit fittings.
F. Accessories.
G. Conduit, fittings and conduit bodies.
1.2 REFERENCE STANDARDS
A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC);
2005.
B. ANSI C80.3 - American National Standard for Steel Electrical Metallic Tubing (EMT);
2005.
C. NECA 1 - Standard for Good Workmanship in Electrical Construction; National
Electrical Contractors Association; 2010.
D. NECA 101 - Standard for Installing Steel Conduits (Rigid, IMC, EMT); National
Electrical Contractors Association; 2006.
E. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical
Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2012
(ANSI NEMA FB 1).
F. NEMA RN 1 - Polyvinyl -Chloride (PVC) Externally Coated Galvanized Rigid Steel
Conduit and Intermediate Metal Conduit; National Electrical Manufacturers
Association; 2005.
G. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Conduit; National Electrical
Manufacturers Association; 2003.
H. NEMA TC 3 - Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and
Tubing; National Electrical Manufacturers Association; 2004.
L NFPA 70 - National Electrical Code; National Fire Protection Association; Most
Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable
Amendments and Supplements.
J. UL 6 - Electrical Rigid Metal Conduit -Steel; Current Edition, Including All Revisions.
K. UL 514B - Conduit, Tubing, and Cable Fittings; Current Edition, Including All
Revisions.
L. UL 651 - Schedule 40 and 80 Rigid PVC Conduit and Fittings; Current Edition,
Including All Revisions.
M. UL 797 - Electrical Metallic Tubing -Steel; Current Edition, Including All Revisions.
1.3 ADAUNISTRATIVE REQUIREMENTS
A. Coordination:
1. Coordinate minimum sizes of conduits with the actual conductors to be installed,
including adjustments for conductor sizes increased for voltage drop.
2. Coordinate the arrangement of conduits with structural members, ductwork,
piping, equipment and other potential conflicts installed under other sections or by
others.
3. Verify exact conduit termination locations required for boxes, enclosures, and
equipment installed under other sections or by others.
4. Coordinate the work with other trades to provide roof penetrations that preserve
the integrity of the roofing system and do not void the roof warranty.
5. Notify Engineer of any conflicts with or deviations from the contract documents.
Obtain direction before proceeding with work.
B. Sequencing:
1. Do not begin installation of conductors and cables until installation of conduit is
complete between outlet, junction and splicing points.
1.4 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
PART 2 PRODUCTS
2.1 CONDUIT APPLICATIONS
A. Do not use conduit and associated fittings for applications other than as permitted by
NFPA 70 and product listing.
B. Unless otherwise indicated and where not otherwise restricted, use the conduit types
indicated for the specified applications. Where more than one listed application applies,
comply with the most restrictive requirements. Where conduit type for a particular
application is not specified, use galvanized steel rigid metal conduit.
C. Underground:
1. Under Slab on Grade: Use rigid PVC conduit.
2. Exterior, Direct -Buried: Use rigid PVC conduit.
3. Where rigid polyvinyl (PVC) conduit is provided, transition to galvanized steel
rigid metal conduit where emerging from underground.
4. Where rigid polyvinyl (PVC) conduit larger than 2 inch (53 mm) trade size is
provided, use PVC -coated galvanized steel rigid metal conduit elbows for bends.
D. Concealed Within Masonry Walls: Use galvanized steel rigid metal conduit or electrical
metallic tubing (EMT).
E. Concealed Within Hollow Stud Walls: Use galvanized steel rigid metal conduit,
intermediate metal conduit (IMC), or electrical metallic tubing (EMT).
F. Concealed Above Accessible Ceilings: Use galvanized steel rigid metal conduit or
electrical metallic tubing (EMT).
G. Interior, Damp or Wet Locations: Use galvanized steel rigid metal conduit.
H. Exposed, Interior, Not Subject to Physical Damage: Use galvanized steel rigid metal
conduit or electrical metallic tubing (EMT).
I. Exposed, interior, Subject to Physical Damage: Use galvanized steel rigid metal
conduit.
1. Locations subject to physical damage include, but are not limited to:
a. Where exposed below 8 feet, except within electrical and communication
rooms or closets.
J. Exposed, Exterior: Use galvanized steel rigid metal conduit.
K. Concealed, Exterior, Not Embedded in Concrete or in Contact With Earth: Use
galvanized steel rigid metal conduit.
2.2 CONDUIT REOUIREMENTS
A. Existing Work: Where existing conduits are indicated to be reused, they may be reused
only where they comply with specified requirements, are free from corrosion, and
integrity is verified by pulling a mandrel through them.
B. Provide all conduit, fittings, supports, and accessories required for a complete raceway
system.
C. Provide products listed, classified, and labeled by Underwriter's Laboratories Inc. (UL)
or testing fine acceptable to authority having jurisdiction as suitable for the purpose
indicated.
D. Minimum Conduit Size, Unless Otherwise Indicated:
1. Branch Circuits: 3/4 inch (21 mm) trade size.
2. Branch Circuit Homeruns: 3/4 inch (21 mm) trade size.
3. Control Circuits: 1/2 inch (16 mm) trade size.
4. Flexible Connections to Luminaires: 1/2 inch (16 mm) trade size.
5. Underground, Interior: 1 inch (27 mm) trade size.
6. Underground, Exterior: 1 inch (27 mm) trade size.
E. Where conduit size is not indicated, size to comply with NFPA 70 but not less than
applicable minimum size requirements specified.
2.3 GALVANIZED STEEL RIGID METAL CONDUIT (RMC)
A. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit complying with
ANSI C80.1 and listed and labeled as complying with UL 6.
B. Fittings:
1. Non -Hazardous Locations: Use fittings complying with NEMA FB 1 and listed
and labeled as complying with UL 514B.
2. Hazardous (Classified) Locations: Use fittings listed and labeled as complying
with UL 1203 for the classification of the installed location.
3. Material: Use steel or malleable iron.
a. Do not use die cast zinc fittings.
4. Connectors and Couplings: Use threaded type fittings only. Threadless set screw
and compression (gland) type fittings are not permitted.
2.4 PVC -COATED GALVANIZED STEEL RIGID METAL CONDUIT (RMC)
A. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit with external
polyvinyl chloride (PVC) coating complying with NEMA RN 1 and listed and labeled
as complying with UL 6.
B. Exterior Coating: Polyvinyl chloride (PVC), nominal thickness of 40 mil.
C. PVC -Coated Fittings:
1. Manufacturer: Same as manufacturer of PVC -coated conduit to be installed.
2. Non -Hazardous Locations: Use fittings listed and labeled as complying with UL
514B.
3. Material: Use steel or malleable iron.
4. Exterior Coating: Polyvinyl chloride (PVC), minimum thickness of 40 mil.
D. PVC -Coated Supports: Fumish with exterior coating of polyvinyl chloride (PVC),
minimum thickness of 15 mil.
2.5 ELECTRICAL METALLIC TUBING (EMT)
A. Description: NFPA 70, Type EMT steel electrical metallic tubing complying with
ANSI C80.3 and listed and labeled as complying with UL 797.
B. Fittings:
1. Description: Fittings complying with NEMA FB 1 and listed and labeled as
complying with UL 514B.
2. Material: Use steel or malleable iron.
3. Connectors and Couplings: Use compression (gland) type.
a. Do not use indenter type connectors and couplings.
b. Do not use set -screw type connectors and couplings.
4. Damp or Wet Locations (where permitted): Use fittings listed for use in wet
locations.
5. Embedded Within Concrete (where permitted): Use fittings listed as concrete -tight.
Fittings that require taping to be concrete -tight are acceptable.
2.6 RIGID POLYVINYL CHLORIDE (PVC) CONDUIT
2.7
A. Description: NFPA 70, Type PVC rigid polyvinyl chloride conduit complying with
NEMA TC 2 and listed and labeled as complying with UL 651; Schedule 40 unless
otherwise indicated, Schedule 80 where subject to physical damage; rated for use with
conductors rated 90 degrees C.
B. Fittings:
1. Manufacturer: Same as manufacturer of conduit to be connected.
2. Description: Fittings complying with NEMA TC 3 and listed and labeled as
complying with UL 651; material to match conduit.
A. Conduit Joint Compound: Corrosion -resistant, electrically conductive; suitable for use
with the conduit to be installed.
B. Solvent Cement for PVC Conduit and Fittings: As recommended by manufacturer of
conduit and fittings to be installed.
C. Pull Strings: Use nylon cord with average breaking strength of not less than 200 pound -
force.
D. Sealing Compound for Sealing Fittings: Listed for use with the particular fittings to be
installed.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that field measurements are as shown on drawings.
B. Verify that mounting surfaces are ready to receive conduits.
C. Verify that conditions are satisfactory for installation prior to starting work.
D. Verify routing and termination locations of conduit prior to rough -in.
3.2 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Install conduit in a neat and workmanlike manner in accordance with NECA 1.
C. Install galvanized steel rigid metal conduit (RMC) in accordance with NECA 101.
D. Install PVC -coated galvanized steel rigid metal conduit (RMC) using only tools
approved by the manufacturer.
E. Install rigid polyvinyl chloride (PVC) conduit in accordance with NECA 111.
F. Conduit Routing:
1. Unless dimensioned, conduit routing indicated is diagrammatic.
2. When conduit destination is indicated and routing is not shown, determine exact
routing required.
3. Conceal all conduits unless specifically indicated to be exposed.
4. Conduits in the following areas may be exposed, unless otherwise indicated:
a. Electrical rooms.
b. Mechanical equipment rooms.
c. Within joists in areas with no ceiling.
5. Unless otherwise approved, do not route conduits exposed:
a. Across floors.
b. Across roofs.
c. Across top of parapet walls.
d. Across building exterior surfaces.
6. Conduits installed underground or embedded in concrete may be routed in the
shortest possible manner unless otherwise indicated. Route all other conduits
parallel or perpendicular to building structure and surfaces, following surface
contours where practical.
7. Arrange conduit to maintain adequate headroom, clearances, and access.
8. Arrange conduit to provide no more than the equivalent of four 90 degree bends
between pull points.
9. Route conduits above water and drain piping where possible.
10. Arrange conduit to prevent moisture traps. Provide drain fittings at low points and
at sealing fittings where moisture may collect.
11. Maintain minimum clearance of 6 inches between conduits and piping for other
systems.
12. Maintain minimum clearance of 12 inches between conduits and hot surfaces. This
includes, but is not limited to:
a. Heaters.
b. Hot water piping.
c. Flues.
13. Group parallel conduits in the same area together on a common rack.
G. Conduit Support:
1. Secure and support conduits in accordance with NFPA 70 using suitable supports
and methods approved by the authority having jurisdiction.
2. Provide independent support from building structure. Do not provide support from
piping, ductwork, or other systems.
3. Installation Above Suspended Ceilings: Do not provide support from ceiling
support system. Do not provide support from ceiling grid or allow conduits to lay
on ceiling tiles.
H. Connections and Terminations:
1. Use approved zinc -rich paint or conduit joint compound on field -cut threads of
galvanized steel conduits prior to making connections.
2. Where two threaded conduits must be joined and neither can be rotated, use three-
piece couplings or split couplings. Do not use running threads.
3. Use suitable adapters where required to transition from one type of conduit to
another.
4. Terminate threaded conduits in boxes and enclosures using threaded hubs or
double lock nuts for dry locations and raintight hubs for wet locations.
5. Where spare conduits stub up through concrete floors and are not terminated in a
box or enclosure, provide threaded couplings equipped with threaded plugs set
flush with finished floor.
6. Provide insulating bushings or insulated throats at all conduit terminations to
protect conductors.
Secure joints and counections to provide maximum mechanical strength and
electrical continuity.
I. Penetrations:
I. Do not penetrate or otherwise notch or cut structural members, including footings
and grade beams, without approval of Structural Engineer.
2. Make penetrations perpendicular to surfaces unless otherwise indicated.
3. Provide sleeves for penetrations as indicated or as required to facilitate installation.
Set sleeves flush with exposed surfaces unless otherwise indicated or required.
4. Conceal bends for conduit risers emerging above ground.
5. Seal interior of conduits entering the building from underground at first accessible
point to prevent entry of moisture and gases.
6. Where conduits penetrate waterproof membrane, seal as required to maintain
integrity of membrane.
7. Make penetrations for roof -mounted equipment within associated equipment
openings and curbs where possible to minimize roofing system penetrations.
Where penetrations are necessary, seal as indicated or as required to preserve
integrity of roofing system and maintain roof warranty. Include proposed locations
of penetrations and methods for sealing with submittals.
8. Provide metal escutcheon plates for conduit penetrations exposed to public view.
9. Install firestopping to preserve fire resistance rating of partitions and other
elements, using materials and methods specified in Section 07 84 00.
J. Underground Installation:
1. Provide trenching and backfilling None -N/A.
2. Minimum Cover, Unless Otherwise Indicated or Required:
a. Underground, Exterior: 24 inches.
b. Under Slab on Grade: 12 inches to bottom of slab.
K. Concrete Encasement: Where conduits not otherwise embedded within concrete are
indicated to be concrete -encased, provide concrete with minimum concrete cover of 3
inches on all sides unless otherwise indicated.
L. Conduit Movement Provisions: Where conduits are subject to movement, provide
expansion and expansion/deflection fittings to prevent damage to enclosed conductors
or connected equipment. This includes, but is not limited to:
1. Where conduits cross structural joints intended for expansion, contraction, or
deflection.
2. Where conduits are subject to earth movement by settlement or frost.
A Condensation Prevention: Where conduits cross barriers between areas of potential
substantial temperature differential, provide sealing fitting or approved sealing
compound at an accessible point near the penetration to prevent condensation. This
includes, but is not limited to:
1. Where conduits pass from outdoors into conditioned interior spaces.
2. Where conduits pass from unconditioned interior spaces into conditioned interior
spaces.
3. Where conduits penetrate coolers or freezers.
N. Provide pull string in all empty conduits and in conduits where conductors and cables
are to be installed by others. Leave minimum slack of 12 inches at each end.
O. Provide grounding and bonding.
3.3 FIELD QUALITY CONTROL
A. Repair cuts and abrasions in galvanized finishes using zinc -rich paint recommended by
manufacturer. Replace components that exhibit signs of corrosion.
B. Where coating of PVC -coated galvanized steel rigid metal conduit (RMC) contains cuts
or abrasions, repair in accordance with manufacturer's instructions.
C. Correct deficiencies and replace damaged or defective conduits.
3A CLEANING
A. Clean interior of conduits to remove moisture and foreign matter.
3.5 PROTECTION
A. Immediately after installation of conduit, use suitable manufactured plugs to provide
protection from entry of moisture and foreign material and do not remove until ready
for installation of conductors.
B. Only where approved, route exposed conduit parallel and perpendicular to walls.
C. Provide suitable fittings to accommodate expansion and deflection where conduit
crosses seismic and expansion joints and between building and walkway covers.
3.6 FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire -rated floor and wall assemblies to
restore original fire -resistance rating of assembly.
3.7 INTERFACE WITH OTHER PRODUCTS
A. Install conduit to preserve fire resistance rating of partitions and other elements, using
materials and methods specified in plans and specifications.
B. Route conduit through roof openings for piping and ductwork wherever possible;
otherwise, route through roof jack with pitch pocket. Where separate roofing
penetration is required, coordinate location and installation method with roofing
installation.
END OF SECTION
SECTION 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART IGENERAL
1.1
A. Electrical identification requirements.
B. Identification nameplates and labels.
C. Wire and cable markers.
D. Underground warning tape.
E. Warning signs and labels.
1.2 REFERENCE STANDARDS
A. ANSI Z535.2 - American National Standard for Environmental and Facility Safety
Signs; 2007.
B. ANSI Z535.4 - American National Standard for Product Safety Signs and Labels; 2007.
C. ASTM D 709 - Standard Specification for Laminated Thermosetting Materials; 2001
(Reapproved 2007).
D. NFPA 70 - National Electrical Code; National Fire Protection Association; Most
Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable
Amendments and Supplements.
E. UL 969 - Marking and Labeling Systems; Current Edition, Including All Revisions,
1.3 ADMINISTRATIVE REQUIREMENTS
A. Coordination:
1. Verify final designations for equipment, systems, and components to be identified
prior to fabrication of identification products.
B. Sequencing:
1. Do not conceal items to be identified, in locations such as above suspended
ceilings, until identification products have been installed.
2. Do not install identification products until final surface finishes and painting are
complete.
1.4 SUBMITTALS
A. Product Data: Provide manufacturer's standard catalog pages and data sheets for each
product.
1.5 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
1.6 FIELD CONDITIONS
A. Do not install adhesive products when ambient temperature is lower than recommended
by manufacturer.
PART 2 PRODUCTS
2.1 IDENTIFICATION REQUIREMENTS
A. Identification for Equipment:
1. Use identification nameplate to identify each piece of electrical distribution and
control equipment and associated sections, compartments, and components.
a. Transfer Switches:
1) Identify voltage and phase.
2) Identify power source and circuit number for both normal power source
and standby power source. Include location when not within sight of
equipment.
2. Emergency System Equipment:
a. Use identification nameplate or voltage marker to identify emergency system
equipment in accordance with NFPA 70.
b. Use identification nameplate at each piece of service equipment to identify
type and location of on-site emergency power sources.
B. Identification for Conductors and Cables:
1. Use identification nameplate or identification label to identify color code for
ungrounded and grounded power conductors inside door or enclosure at each piece
of feeder or branch -circuit distribution equipment when premises has feeders or
branch circuits served by more than one nominal voltage system.
2. Use wire and cable markers to identify circuit number or other designation
indicated for power, control, and instrumentation conductors and cables at the
following locations:
a. At each source and load connection.
b. Within boxes when more than one circuit is present.
c. Within equipment enclosures when conductors and cables enter or leave the
enclosure.
C. Identification for Raceways:
1. Use identification labels, handwritten text using indelible marker, or plastic marker
tags to identify circuits enclosed for accessible conduits at wall penetrations, at
floor penetrations, at roof penetrations, and at equipment terminations when source
is not within sight.
2. Use identification labels, handwritten text using indelible marker, or plastic marker
tags to identify spare conduits at each end. Identify purpose and termination
location.
3. Use underground warning tape to identify underground raceways.
D. Identification for Boxes:
1. Use identification labels or handwritten text using indelible marker to identify
circuits enclosed.
a. For exposed boxes in public areas, use only identification labels.
E. Buried Electrical Lines: Underground warning tapes.
F. Communication Cabinets: Nameplates.
G. Electrical Distribution and Control Equipment Enclosures: Nameplates.
H. Junction Box Load Connections: Wire markers.
I. Outlet Box Load Connections: Wire markers.
J. Panel Gutter Load Connections: Wire markers.
K. Pull Box Load Connections: Wire markers.
2.2 IDENTIFICATION NAMEPLATES AND LABELS
A. Identification Nameplates:
1. Materials:
a. Indoor Clean, Dry Locations: Use plastic nameplates.
b. Outdoor Locations: Use plastic, stainless steel, or aluminum nameplates
suitable for exterior use.
2. Plastic Nameplates: Two -layer or three -layer laminated acrylic or electrically non-
conductive phenolic with beveled edges; minimum thickness of 1/16 inch;
engraved text.
a. Exception: Provide minimum thickness of 1/8 inch when any dimension is
greater than 4 inches.
3. Stainless Steel Nameplates: Minimum thickness of 1/32 inch; engraved or laser -
etched text.
4. Aluminum Nameplates: Anodized; minimum thickness of 1/32 inch; engraved or
laser -etched text.
5. Mounting Holes for Mechanical Fasteners: Two, centered on sides for sizes up to 1
inch high; Four, located at comers for larger sizes.
B. Identification Labels:
1. Materials: Use self-adhesive laminated plastic labels; UV, chemical, water, heat,
and abrasion resistant.
2. Text: Use factory pre-printed or machine -printed text. Do not use handwritten text
unless otherwise indicated.
C. Format for Equipment Identification:
1. Minimum Size: I inch by 2.5 inches.
2. Legend:
a. Equipment designation or other approved description.
3. Text: All capitalized unless otherwise indicated.
4. Minimum Text Height:
a. Equipment Designation: 1/2 inch.
b. Other Information: 1/4 inch.
5. Color:
a. Normal Power System: White text on black background.
b. Emergency Power System: White text on red background.
D. Format for Caution and Warning Messages:
1. Minimum Size: 2 inches by 4 inches.
2. Legend: Include information or instructions indicated or as required for proper and
safe operation and maintenance.
3. Text: All capitalized unless otherwise indicated.
4. Minimum Text Height: 1/2 inch.
5. Color: Black text on yellow background unless otherwise indicated.
2.3 WERE AND CABLE MARKERS
A. Markers for Conductors and Cables: Use wrap-around self-adhesive vinyl cloth, wrap-
around self-adhesive vinyl self -laminating, heat -shrink sleeve, plastic sleeve, plastic
clip -on, or vinyl split sleeve type markers suitable for the conductor or cable to be
identified.
B. Markers for Conductor and Cable Bundles: Use plastic marker tags secured by nylon
cable ties.
C. Legend: Power source and circuit number or other designation indicated.
D. Text: Use factory pre-printed or machine -printed text, all capitalized unless otherwise
indicated.
E. Minimum Text Height: 1/8 inch.
F. Color: Black text on white background unless otherwise indicated.
G. Description: Vinyl cloth type self-adhesive wire markers.
2.4 UNDERGROUND WARNING TAPE
A. Materials: Use non-detectable type polyethylene tape suitable for direct burial, unless
otherwise indicated.
Exception: Use foil -backed detectable type tape where required by serving utility
or where directed by Owner.
B. Non-detectable Type Tape: 6 inches wide, with minimum thickness of 4 mil.
C. Foil -backed Detectable Type Tape: 3 inches wide, with minimum thickness of 5 mil,
unless otherwise required for proper detection.
D. Legend: Type of service, continuously repeated over full length of tape.
E. Color:
1. Tape for Buried Power Lines: Black text on red background.
2. Tape for Buried Communication, Alarm, and Signal Lines: Black text on orange
background.
2.5 WARNING SIGNS AND LABELS
A. Comply with ANSI Z535.2 or ANSI Z535.4 as applicable.
B. Warning Signs:
1. Materials:
a. Indoor Dry, Clean Locations: Use factory pre-printed rigid plastic or self-
adhesive vinyl signs.
b. Outdoor Locations: Use factory pre-printed rigid aluminum signs.
2. Rigid Signs: Provide four mounting holes at corners for mechanical fasteners.
3. Minimum Size: 7 by 10 inches unless otherwise indicated.
C. Warning Labels:
1. Materials: Use factory pre-printed or machine -printed self-adhesive polyester or
self-adhesive vinyl labels; UV, chemical, water, heat, and abrasion resistant;
produced using materials recognized to UL 969.
a. Do not use labels designed to be completed using handwritten text.
2. Machine -Printed Labels: Use thermal transfer process printing machines and
accessories recommended by label manufacturer.
3. Minimum Size: 2 by 4 inches unless otherwise indicated.
PART 3 EXECUTION
3.1 PREPARATION
A. Clean surfaces to receive adhesive products according to manufacturer's instructions.
3.2 INSTALLATION
A. Install products in accordance with manufacturer's instructions.
B. Install identification products to be plainly visible for examination, adjustment,
servicing, and maintenance. Unless otherwise indicated, locate products as follows:
1. Surface -Mounted Equipment: Enclosure front.
2. Flush -Mounted Equipment: Inside of equipment door.
3. Free -Standing Equipment: Enclosure front; also enclosure rear for equipment with
rear access.
4. Elevated Equipment: Legible from the floor or working platform.
5. Interior Components: Legible from the point of access.
6. Conduits: Legible from the floor.
7. Boxes: Outside face of cover.
8. Conductors and Cables: Legible from the point of access.
C. Install identification products centered, level, and parallel with lines of item being
identified.
D. Secure nameplates to exterior surfaces of enclosures using stainless steel screws and to
interior surfaces using self-adhesive backing or epoxy cement.
E. Install self-adhesive labels and markers to achieve maximum adhesion, with no bubbles
or wrinkles and edges properly sealed.
F. Install underground warning tape above buried lines with one tape per trench at 3
inches below finished grade.
G. Secure rigid signs using stainless steel screws.
H. Mark all handwritten text, where permitted, to be neat and legible.
3.3 FIELD QUALITY CONTROL
A. Replace self-adhesive labels and markers that exhibit bubbles, wrinkles, curling or
other signs of improper adhesion.
END OF SECTION
ATTACHMENT B
• • o�44 / _
Building Inc.
May 14, 2015
City of Newport Beach
Public Works Department
100 Civic Center Drive
Newport Beach, CA 92660
Re: Multiple Back-up Generators Replacement Project Contract No. 6011
This letter is to serve as a formal protest for Day's Generator Service Inc.'s bid proposal for the above
mentioned project. Day's Generator Service Inc., herein known as DGS Inc, did not list a subcontractor for
structural concrete on this project. Per the attached bid document sheet 8, "Designation of Subcontractors",
"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 the subcontractor is not listed, the contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of work"
The structural concrete portion of work per attached highlighted specification "Section 9 -Measurement and
Payment" and attached Structural Plan Sheets SLO, 52.0, 53.0, and 54.0 is estimated at $39,200. DGS Inc only
holds a valid C-10 Electrical license (see attached) which by the California Code of Regulations (see attached C-10
Classification) is not qualified to perform structural concrete installation. Therefore, DGS Inc's Bid should be
deemed nonresponsive and Pacific Winds Building Inc., the no.2 bidder, which holds valid Class A, B, and C-10
licenses (see attached) should be deemed the low bidder.
Should you have any questions or require any additional information regarding the above, please do not hesitate to
contact Joe Longo, President directly at 949.916.8317 or email: ioelongo(a)pacwinds.com
Best
Joe Longo... Y...`"
PACIFIC WINDS BUILDING, INC.
(attachments)
19 Hammond Ste. 504 Irvine CA. 92618 0.949/916.8317 F. 949/916-8267
11-5
City of Newport Beach
MULTIPLE BACK-UP GENERATORS REPLACEMENT PROJECT
Contract No. 6011
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. (Use additional sheets ff needed.)
Subcontractor's Information
Bid Item
Description of Work
%of
Number
Total Bid
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number:
DIR Reference:
Email Address:
Name:
Address:
Phone:
State License Number.
DIR Reference:
Email Address
13[:M
0
Authorized Slgnatureffitle
11-6
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, including
restoring all existing improvements, to complete the item of 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. The following items of work pertain to the bid items included within the Proposal:
Item No. 1 Mobilization and Demobilization: Work under this item shall include
providing bonds, insurance and financing, preparing the BMP Plan and construction
schedule, posting of Public Notices, and all other related work as required by the
Contract Documents. It shall also include work to demobilize from the project site
including but not limited to site cleanup, removal of USA Markings and providing any
required documentation as noted In these Special Provisions.
Item No. 2 Surveying Services: Work under this item shall include the cost of
construction staking, final grades, all horizontal alignment, as -built field notes, and other
survey items as required to complete the work.
Item No. 3 Clear and Grub and Existing Equipment Disposal: Work under this item
shall include dismantling, removing, and disposing of all the existing generator, transfer
switch, day tank, battery charger, electrical wires, conduits, etc items that are no longer
needed as well as removal and disposal of soil, base materials, plants, and planting
materials as needed for the generator pad construction as shown on the Drawings.
Item No. 4 Central Library: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to famish and
install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain and integrally colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
11-7
Item No. 5 Lifeguard Headquarters: Work under this item, unless specified by
another bid item on the proposal, shall include all equipment, materials and labor to
furnish and install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pad to MLLW 10.0,
non -reinforced plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 6 Fire Station No. 1: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to furnish and
install the generator complete and in place including but not limited to:
• submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
forthe Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all Installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 7 Fire Station No. 3: Work under this item, unless specified by another bid
item on the proposal, shall include all equipment, materials and labor to furnish and
install the generator complete and in place including but not limited to:
submit all shop drawings, manuals, manufacturer data sheets, and wiring diagrams
for the Engineer's approval;
• excavating, compacting, and compacting trenches and subgrade;
• removing and capping the existing fuel line per applicable Codes;
11-8
• constructing support structures, reinforced concrete equipment pads, non -reinforced
plain colored concrete full sidewalk panels, retaining curbs/walls;
• furnish and install new automatic transfer switch; engine; generator; panel boards;
weatherproof sound attenuating enclosure; low voltage transformer; PVC, GRS, and
RMC conduits and all associated fittings, anchors, connections, straps, hangers, risers,
etc. components; raceways; junction boxes; handholes; manholes; 600 -Volt Class
cables and their associated fittings, connections, accessories, splices, conductors,
pulling lubricants, terminations; ground rods with test access well covers and rings;
• affixing labels to all installed equipment and panels;
• paying all required non -City utilities, air quality permits, and certification fees, as
specified within these Plans and Specifications; and
• completing systems testing and Building Permit Final.
Item No. 8 As -Built Plans. Work under this item shall include all actions necessary
to provide as -built drawings. These drawings must be kept up to date and submitted to
the Engineer for review prior to request for payment. An amount of $5,000.00 is
determined for this bid item. The intent of this pre-set amount is to emphasize to the
Contractor the importance of as -build drawings.
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."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement
concrete for construction shall be Class 560-C-3250."
201-2 REINFORCEMENT FOR CONCRETE
201-2.2.1 Reinforcing Steel. Add to this section: "Reinforcing steel shall be
Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown
otherwise on the plans."
201-8 INTEGRAL COLOR
201-8.1 Admixture. Add to this section: "Admixture for integrally colored concrete
shall be Scofield Chromix Admixture Color No. C-34, Dark Grey with double pigment
quantity or Color No. 6063, Winter Beige at the discretion of the Engineer."
11-9
Y I
5 Y
55 mn
4
Bas ! 1e
rgeegy[
�
Z
N,
gg@ 3�8 5y 9
m r}ERE ySWINl�Y�P€`ggs��Y�
W �EY a@5e@ggD S ii ip p3p3 N {� yiuy pik y S $�` g}3
@jb@g 6lEyF� i3:P uy K S A 3 i y B
fill; F E 9 E f. a c 6 C i
�Y
a
k
t �
aE
ro
a1 l
w W a —`
x W 0IL
wm
zw
�•r� �e I+j m U I Z I
W g Qq
ED a' Y q a ;
z
U � O
of
5 W�
sD �l� 35
_ l
v
R lyl
I
r
`p c .•
�� SIND.:r al E. MR.
6 5[
e5�li a� `•� �� � ( € 59 3�fizr5
diROM
0
r
r
frill I
� g y�gyp[�° ��€g� � c y �g5:� ° e z• yFyj� �W gs °�� m � '
e4�p�¢¢¢ppHp g
Hd8 °3€z5 dM Effi ° d i •• a3� �I$ §Y2!'nay Et
eQQSIV 14
��a �en�i�34 Z w i
3s Be k lig IFlix@@gW�s$[
Mpg apHdg ; tl yy5@$@ys �c 1 11
�gy as a m i
F8k63 3kH'Giy galrls Is�i
M
9 El
N M
3 3 9 E
d 1 S) �gQFyC
• fit— 'e m $ $ PROF
el
i
!�@!"IF � YL1
NSBc
i
as
IONIC
3
dV V
00
o �
QtyRypg
P
�
� 33S¢Egy�eiE
�i��g9ng9 $�$pp5 p�py5y
4, _
\ rs
F
vi r
WOi
m Z�
o zgO�
z a
13
4 u
6
s
A11:
ppe
HIM
4
s
d
p�p
6
S
vi r
WOi
m Z�
o zgO�
z a
13
4 u
s
A11:
3tl #��L
HIM
g�g � �■ �€p ggqq�e � 4 � v ������ 8 R �'& '� � `_ �ti�9c ��ga�p` g m a
£ Ell ea @x a ,5 i� �cee I�9 & IbR�R @ "£ LL a ,
y€k' gg�a@ P 998 :5�$� 0 3 m 1
d yp32p 2$ aq9= E Ei M 5 &�
[.a�66VV� E�■ ER� ¢pYIX y^• � �'y4E'�Qd� g§'g ��Y� ���> EI SYa�F ��� I mEE�� [J G
RiFPS
��� � ����`e��9 � � &5 a •Y�aa■ �� y � g� 3�Yc� €'I �'�� �@ � S � �qYS@
Aub lio S E
w= n 9: q ���'� ■
i to IN '
a� w g■`'�
29 1-kv
:a a ::144
a
e
Ga _
ER
m
xxxx■m ora � @ � � '�{'
■ d �� a 3
4 g
p� x W x m L C i c E • ��EZWp 44��••—__— �s
0
J-4
I I
CONTRACTORS STATE LICENSE BOARD -,
Search 0 4 Web j wdr -n
--�on�r�ct�sz��er�se-��ran�oTz��ens���zv�
DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on
this information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear
below. Click on the link or button to obtain complaint and/or legal action information.
Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.
Data current as of 5/13/2015 10:14:26 AM
Business Information
DAY'S GENERATOR SERVICE INC
P 0 BOX 1868
BRENTWOOD, CA 94513
Business Phone Number:(925) 813-4062
Entity Corporation
Issue Date 01/12/2010
Expire Date 01/31/2016
License Status
his license is current and active.
II Information below should be reviewed.
10 -ELECTRICAL
Classifications
Bonding Information
Contractor's Bond
Itff
is license filed a Contractor's Bond with DEVELOPERS SURETY AND INDEMNITY COMPANY.
nd Number: 364092C
ndAmount: $12,500
ective Date: 09/07/2009
Bond of Qualifying Individual
Jhe
Responsible Managing Officer (RMO) DAY RANDY LOREN certified that he/she owns 10 percent or more of the
oting stock/equity of the corporation. A bond of qualifying individual is not required.
ffective Date: 01/12/2010
Workers' Compensation
his license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND
ollcy Number: 1969114
ffective Date: 02/24/2015
xpire Date: 02/24/2016
orkers' Com ensation History
11-15
5/13/2015 Licensing Classifications - contractors State Ucense Board
Search OV Q --Hide
Home I About Us j Library I Licensing Classifications I C-10- Electrical
C-10 - Electrical Contractor
California Code of Regulations
Title 16, Division 8, Article 3. Classifications
u
An electrical contractor places, installs, erects or connects any electrical wires, fixtures, appliances,
apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generate, transmit,
transform or utilize electrical energy in any form or for any purpose.
Authority cited: Sections 7008 and 7059, Reference: Sections 7058 and 7059 (Business and Professions
Code)
Laws
Board Members
History and Background
Library
Forms and Applications
Employment Opportunities
Office Locations
DCA Leadership
11-16
fdlp:/hwwv.cslb.ca.gov/Aba_dUslUb aryticensi xLClassifications/C-10_-_Eledrica.aspx 1/p
I I 4 ,� Web Hid. 'n
CONTRACTORS STATE LICENSE BOARD
Contractor's License Detail for License # 890751
DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on
this information, you should be aware of the following limitations.
CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear
below. Click on the link or button to obtain complaint and/or legal action information -
Per B&P 7071.17 , only construction related civiljudgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.
Data current as of 5/13/2015 1:45:17 PN
Business Information
PACIFIC WNDS BUILDING INC
19 HAMMOND STE. 504
IRVINE, CA 92618
Business Phone Number:(949) 916-8317
Entity Corporation
Issue Date 02/07/2007
Expire Date 12/31/2016
License Status
current and active.
reviewed.
B - GENERAL BUILDING CONTRACTOR
C10 -ELECTRICAL
A- GENERAL ENGINEERING CONTRACTOR
cense filed a Contract
Number: 100207971
Amount: $12,500
Jve Date: 10/19/2012
Bonding Information
Contractor's Bond
CONTRACTORS
Bond of Qualifying Individual
11-17
The Responsible Managing Officer (RMO) LONGO JOSEPH PASQUALE certified that he/she owns 10 percent or more
of the voting stock/equity of the corporation. A bond of qualifying individual is not required.
Effective Date: 02/07/2007
The Responsible Managing Officer (RMO) LONGO JOSEPH PASQUALE III certified that he/she owns 10 percent or
more of the voting stock/equity of the corporation. A bond of qualifying individual is not required.
Effective Date: 12/17/2012
BQI's Bond History
Workers' Compensation
This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND
Policy Number:1675460
Effective Date: 01/01/2013
Expire Date: 01/01/2016
Workers' Compensation History
Other
Personnel listed on this license (current or disassociated) are listed on other licenses.
if6E.1
5113/2015 Licensing Classifications - Corrtractors Slate License Board
SQ8I(AIQ Cl Kde • t 12
Home I About Us I LibraryI Licensing Classifications I A - General Engineering Contractor
A - General Engineering Contractor
Business & Professions Code
Division 3, Chapter 9. Contractors, Article 4. Classifications
7056. A general engineering contractor is a contractor whose principal contracting business is in
connection with fixed works requiring specialized engineering knowledge and skill, including the following
divisions or subjects: irrigation, drainage, water power, water supply, flood control, inland waterways,
harbors, docks and wharves, shipyards and ports, dams and hydroelectric projects, levees, river control
and reclamation works, railroads, highways, streets and roads, tunnels, airports and airways, sewers and
sewage disposal plants and systems, waste reduction plants, bridges, overpasses, underpasses and other
similar works, pipelines and other systems for the transmission of petroleum and other liquid or gaseous
substances, parks, playgrounds and other recreational works, refineries, chemical plants and similar
industrial plants requiring specialized engineering knowledge and skill, powerhouses, power plants and
other utility plants and installations, mines and metallurgical plants, land leveling and earthmoving projects,
excavating, grading, trenching, paving and surfacing work and cement and concrete works in connection
with the above mentioned fixed works.
Laws
Board Members
History and Background
Library
Forms and Applications
Employment Opportunities
Office Locations
DCA Leaders
tittpl/www.cslb.ca.gw/AboiA_Ustihrary/Ucersirx,LClassificatiors/A__General_ Engineerirg_Corrtractor.aspx 11-/129
ATTACHMENT C
DAYS
ERRMRVICE
May 15r 201
City gi tiewpar Beach
PUbiic Works. DeparUmenr
100 Civrc Center POP.
Newport lie-c41i, CA 92654
Atte: fong.Tse
FdE M41ipV.s 6zchup Generat�rsRaplar�r e.rr grojeet5011
In response to Owl oid:prut esi, we siba Contw. mrs 5tase U--erse.s6ard, California -.Code of
Regulatrons Tide. K Div lsion,8, Ar6dt 3 CJassfkatfons where iirstates "Authority cited.
5ecLL161s7008: arid 7059; Reference: Sections. 705Rand. 71159 ($trsinesjs and. Professions Code).
Under Rule 765-9 a. "Nothing.contairrd:1n thi'5:s ctlQn shaII Pro hl'blta.speoial WCOntract'nr Prom
#a!<mg,and execuarrga coE�traci inV61V11e he use of two or""crzore; r or trades, if the-
perfan na.nce. ef.the work in .the trakartrade; dther than in winch he pr'.she. is licdrsed, is•.
V' 3ddertal.arr sr�vnlvm- brrtal to the performance of the work in jrla:rrait for which the specialty
Con6ae r is 1lceptlad." See Rule 7059 attachment-
The-Coptroe.pouring and flni5hingin-dur qid is prfced. Por 8 hours lahor:per ske. This portions
ofthe c6ntraer172nddentpl ano=uppVererral to the lnstallatian oi.a ge-heriorset. Day's
Generator SzrVite places and positions ati the conduit eroundlng In the generate pads and
perforans all the conIr-4te work Ixcause. it FaIl.under mizAben.talito aur ch -fl,
0ch& Puhi(C GVarks•Projecmwhera=vur company has installed generators requiring cancretie
and plumbingwork j ave been.authorired by the awarding•auihor;ty asserted in Rule 7059 (b)
of thea€or`mentioned;document. We came across fids same protest on:generatorinsiallation
project. #5809A3-10:9 at Joaquin pelta call_ege:inS ocktan CA and'I responded the same and we
were awarded the db.
f . ,2
Randy t, DBV
President. Day's Gen_ratorService, inc.
11-20
Page I of 1
§7o59, Rules and regulations affecting classfficatioa of con=ctrrrs. Ctimtracts involving two or more
cmfis: Public works contracts
tat rhe board ma) adopt reasonably nevesei4ara MICS end tegaletious to of w the classification al connectors in n manner
consiswit w n established usage and procedure as found in the construction business. and may limit the field and scope of
the operations of a Iicimsed contractor to those in which he or 5be is classified and yuafitied to engage, as defined by Sections
iw{ _o=t, ',.I and 111ih. A licensee may make application for classification and be classified in more than one
classificaed by the board for tion df the licensee trteetstinc yuafitio�tiems prescribsuch additional classification or
classd1caaions. the application shall be in o form as prescttbed by the registrar and shalt fx aceotnpanivd by the application
fee filed hw this chapter. No license fee shall be charged for an additions] clas,
sirscation or classifications.
Ntrdiong contained to this section shalt prohibit a specialty contractor fstun taking and executing a contract itrvolvmg the use
of two or more cratit+. or Irides, of the performance of the work in the crafts or trades, other than in which he or she is
licensed. is incidenW and .upplemenW to the performance of the work in the cruel for which the specialty contractor n
licensed. —
I b) in public works cormrmcis. as deliaed in Section i lot of the Pubic Contract Code, the awarding authonty shall determine
the license classification necessary to bad and perform the projecr_ in no case shat! the awarding authority award a prime
contract to a specialty contractor whose classification constitutes less than a majority of the project. When a spesiahy
contractor is sutitnrired to bid a projem all wort: to be performed outside of his or her ficenSe specialty, except work
authonzed tri• subdivislon Iaj, shn€l be performed by a Tieensed subcontractor m compliance witil the Subletting and
Sulreoniractimg Fair Practices Act (Chapter 4 (commencing with Seclior 4 P KAI of Part 1 of I)ix"Won 2 of the Public Contract
Code
Added Stats 1939 ch 37 § 1. Amended Stals 1941 ch 971 4 9: Stars MS ch t 159 § 5. Stags 1957 eh I084 § .1. Sams 1966 eh
4 § t: Stat+. 1983 ch 891 § 5; Sults 1987 ch 485 § I.