Loading...
HomeMy WebLinkAboutC-1516 - Tennis court lighting at Newport Harbor High SchoolOCT 29 1973 By the CITY COUNCIL TO: CITY COUNCR 'r ` AsACH FROM: Public Works Department %Ci 3 October 29, 1973 CITY COUNCIL AGENDA ITEM N0. H -11 f7 &r+tc.dNJ °x ! SUBJECT: TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL (CONTRACT 1516) RECOMMENDATIONS: 1. Accept the work. 2. Approve an extension of time of 18 days. 3. Authorize the City Clerk to file a Notice of.Completion. 4. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for construction of tennis court lighting for four tennis courts at Newport Harbor High School has been completed to the satisfaction of the Newport -Mesa Unified School District, the Parks, Beaches, and Recreation Department and the Public Works Department. Bid Price $20,670.00 Change Orders None Total Contract Cost _20,670.00 Engineering 2,000.00 Testin and Other Miscellaneous Costs (Estimated) 500.00 Total Project Cost Estimate 23Z9lfbU Total Budgeted in Acct. 27- 3297 -033 $26,000.00 The contractor is Witon Construction Company, Inc., of Alhambra, California. The project was substantially completed on October 12, 1973. Completion was delayed by the contractor's difficulty in obtaining materials, especially reinforcing bars, lighting standards, and lighting fixtures. Recommendation for an extension of time is based on the staff's opinion that the contractor was making a good faith effort to complete the project. The quality of workmanship was high. The plans were prepared by Frederick Brown Associates, electrical engineers, of Newport Beach. Initial light meter measurements indicate an intensity of lighting suitable for tournament play. A joint powers agreement previously executed by the City and the school dis- trict provides that the cost of construction of the lighting system is shared equally. Maintenance and energy of the lighting system is the responsibility of the school dis- trict, but the City may use the courts for tennis instruction after all legitimate school uses have been met. eph T evlin lic W s Director jfd JUN 251973 By the CITY COUNCIL CITY PP "RwPMAT YGACH TO: CITY COUNCIL June 25, 1973 CITY COUNCIL AGENDA ITEM NO. H -2 (d) FROM: Public Works Department and Parks, Beaches, and Recreation Department SUBJECT: TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL (CONTRACT 1516) RECOMMENDATION: 1. Adopt a resolution awarding Contract 1516 to Witon Construction Construction Company, Inc. of Alhambra, California, for $20,670, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: On June 15, 1973, the City Clerk opened and read three bids for the subject project: BIDDER BID Witon Construction Co., Inc. $20,670.00 Alhambra McCain Construction Co., Inc. 23,870.00 Placentia Steiny & Company, Inc. 28,768.00 Anaheim The low bid is 13.9% under the engineer's estimate of $24,000. The 1972 -73 budget provides $26,000 for the project in appropriation 27- 3297 -033 (Building Excise Tax). Half of the total cost of the project will be paid by the Newport -Mesa Unified School District in accordance with the terms of a joint powers agreement authorized by the City Council on March 12, 1973. Coordination between the City and the school district is being handled by the Parks, Beaches, and Recreation Department. Contract administration is being handled by the Public Works Department. The plans and specifications were prepared by Frederick Brown Associates, Newport Beach. The low bidder has not worked for the City, but he has done electrical work for the Orange County Medical Center, the City of Riverside, and the port of Long Beach. The estimated date of completion is September 21, 1973. seph T. vlin blic Wo, Department KLP..:jfd nv 2',) 1973 CITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION DEPARTMENT May 29, 1973 Oy ti.s r' d'7 COJNICIL TO: MAYOR & CITY COUNCIL FROM: PB $ R Director SUBJECT: TENNIS COURT LIGHTING NEWPORT HARBOR HIGH SCHOOL RECOMMENDATION: Approve the plans and specifications for the installation of night lights on four tennis courts at the Newport Harbor High School, and authorize the City Clerk to advertise for bids to be opened at 10:00 a.m. on June 15, 1973. DISCUSSION: f Plans and specifications for the installation of night lights on four tennis courts at the Newport Harbor High School have been prepared by Frederick Brown Associates. They have been reviewed by the City staff, the Newport-Mesa Unified School District staff and the office of Architecture and Construction for the State of California. The installation will be jointly financed by the Newport -Mesa Unified School District and the City of Newport Beach on a 50 -50 basis. Funds are available in the current budget for this project. The consulting engineer's estimate for the installation is $24,000 and architectural fees are $2,000. CAL CCS:h h 15 ?.7- ��D�� -Z CITY OF NEWPORT BEACH PARKS, BEACHES $ RECREATION DEPARTMENT 1973 March 12, 1973 By the CITY COUNCIL OITY 09 "Pwr^nir ASACH TO: MAYOR P CITY COUNCIL FROM: PB $ R Director G-3 SUBJECT: JOINT POWERS AGREED M - NIGHT LIGHTS ON NEWPORT HARBOR HIGH SCHOOL TENNIS COURTS RECOM421MTION: Authorize the Mayor and the City Clerk to execute a joint powers agreement.with the Newport -Mesa Unified School District for the purpose of installing lights on four tennis courts at the Newport Harbor High School. DISCUSSION: The City of Newport Beach has budgeted funds in the current year to install night lights on two tennis courts at Newport Harbor High School. The School District has indicated a desire to have lights installed on four courts and has expressed a willingness to pay the total cost for lighting the additional two courts: �!3 After meeting with school representatives relative to this subject, an agreement was drafted by the County Counsel's office which provides for a joint sharing of costs by the City and the School District up to a maximum of $9,000 for each party. The agreement also provides that the City will prepare the plans and specifications for the installation; that the District will grant permission for the City, its employees and its contractors to enter upon the grounds of the Newport Harbor High School for the purpose of installing the lights; provides that the School District will maintain all of the facilities after installation including but not limited to the poles, lights, bulbs and other fixtures; and further, provides that the District will have administrative control over the use of the lighted tennis courts, but that the City of Newport Beach may use the courts for instructional purposes for the general public after all legitimate school uses have been met. The agreement has been executed by the Newport Mesa Unified School District and has been reviewed by the City Attorney's office and approved as to form and content. Plans and specifications have been prepared by the City of Newport Beach and will be presented to the City Council in the near future for advertisement for bids. CCS:h ct • .��0 City of Newport Bead ,783 ��u o City liall Ql 3300 F?. Nevrnort Blvd. Nevy, ort Beach, Calif. 92660 FREE O = °o�4;*e NOTICE OF COMPLETION A PUBLIC WORKS Br 10573PS 538 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. NOV 1 1973 J. WYLIE CARLYM County Recorder - To All Laborers anA- Material Men and to- Eve- ry -Other, Person - Interested: - - - -- YOU WILL PLEASE TAKE NOTICE that on October 12, 1973 the Public Works project consisting of Tennis Court Lighting at Newport Harbor High School, (Contract 1516) on which Witon Construction Company, Inc. was the contractor, and Fidelity and Deposit Compaq was the surety, was completed. CITY OF NEWPORT BEACH Director I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 30, 1973 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on October 29, 1973 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 30, 1973 at Newport Beach, California. �cdu. e .� r. November 21, 1973 0 Witon Construction Company, Inc. 2908 W. Valley Boulevard, Suite A Alhambra, CA 91803 Subject: Surety . Fidelity and Deposit Company of Maryland Bonds No. : 8636319 Projeat . Tennis Court Lighting at Newport Harbor High School Contract No.: 1516 The City Council on October 29, 1973 accepted the work of subject project and authorised the City Clark to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on November 1. 1973, in Book 10973, Page 538. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios, CMC City Clerk dg cc: Public Works Department `rte 1° CITY OF NEWPORT BEACH CALIFORNIA Date: October 30, 1973 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Attached for.recordation is Notice of Completion of Public Works project consisting of Tennis Court Lighting at Newport Harbor High School Contract No. 1416 on which Witoa Construction COMPany, 1UCWas the Contractor and Fidelity end Desweit Compay of Marvlaili s the surety. Please record and return to us. LL di Encl. Very truly yours, Laura Lagios City Clerk City of Newport Beach TO: Public Works Department FROM: City Clerk Date July 12, 1973 SUBJECT: Contract No. 1516 Project Tennis Coast Lishtin>t at Newport Harbor High School Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Witon Construction Company, Inc. Address: 2908 W. Valley Blvd., Suite A, Alhambra, CA 91803 Amount: $ 20.670.00 Effective Date: duly 10, 1973 Resolution No. sole LL :dg Att. cc: Finance Department Laura Lagios 0 TO: CITY CLERK FROM: Public Works Department r July 9, 1973 SUBJECT: TENNIS COURT LIGHTING:AT NEWPORT.HARBOR HIGH SCHOOL CONTRACT NO. 1516 Attached are three sets of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to our department. C�- V-e4 K neth L. Perry Project Engineer hh Att. ® The /Etna Casualty and Surety Compar The Standard Fire Insurance Company Hartford, Connecticut To City Clerk City of Newport Beach 3300 W. Newport Blvd. Newport Beach, Calif. 92660 oar f ' Date 9 -30 -73 UFt &CASUALTY Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Company indicated above by x❑, as follows: Name of Insured Witon Construction Company, Inc. Covering Team^, @maz.* -B ing, ,at Dietrport Harbor high. School Contract No. 1516 KIND OF INSURANCE Workmen's Compensation Manufacturers' & Contractors' Bodily Injury Liability Property Damage Liability Owners' or Contractors' Protective Bodily Injury Liability Property Damage Liability Comprehensive Automobile Bodily Injury Liability Property Damage Liability Comprehensive General Bodily Injury Liability Property Damage Liability Bodily Injury Liability Property Damage Liability POLICY N0. I EFFECTIVE 1EXPIRATION 3Cx952349cp .. n ". Ml 1a -�� u�a �' 250,0001$ 5OQ000 $ 500,000 133AB205348 9 $ 100,000 $ 500,000 products n& c ME Ineventofeancellation, or reauction or coverage, written notice will be given to the party b registered mail to whom this certificate is addressed. y (CC-277) 30 -73 9 -30 -74 rotect ve, CONTREHENSIVE GENERAL LIABILITY ENDORSEMENT ADDITIONAL INTEREST - PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervisign thereof by such additional Insured, if the accident occurs in the course of such operations. (2) The premium for this endorsement shall be based on "cost". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub - contractor, including all fees, allowances, boAuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEWPORT BEACH PROJECT: Tennis Court Lighting at Newport Harbor High School Contract No. 1516 It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I: P.D. B.I. P.D. U -15ZA TBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception dam of the policy unless otherwise stated herein. - (Tbe iafora sun below it tegairrd only when tbir endarrommt it irtnsd sabsegaent to preparation of Paliry.) Endorsement effective 9 -30 -73 Policy No. 33AB205348CMA Endorsement NO. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Countersigned by Avthatiud Reprrxntativ Hartford, Connecticut a9wss is CODE NAME PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY EFF. DATE DATE TYPED / BRO KEk ^1920 Ci D Cioo O M TYPE BUSINESS A P 9- 30 -7�3 AND INITIALS S, � OFFICE CODE - C/S CODE POLICY EXPIRY DATE COUN NING , N 9 -30 -74 CODEIS STAT TERRROIn LIMITS OF LIABILITY DR. FORM OR PUN REC. CLASS U DISC. PREMIUM EXPOSURE STATE RATE BI PD MEO. END'T FORM NO. CONTREHENSIVE GENERAL LIABILITY ENDORSEMENT ADDITIONAL INTEREST - PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervisign thereof by such additional Insured, if the accident occurs in the course of such operations. (2) The premium for this endorsement shall be based on "cost". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub - contractor, including all fees, allowances, boAuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEWPORT BEACH PROJECT: Tennis Court Lighting at Newport Harbor High School Contract No. 1516 It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I: P.D. B.I. P.D. U -15ZA TBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception dam of the policy unless otherwise stated herein. - (Tbe iafora sun below it tegairrd only when tbir endarrommt it irtnsd sabsegaent to preparation of Paliry.) Endorsement effective 9 -30 -73 Policy No. 33AB205348CMA Endorsement NO. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Countersigned by Avthatiud Reprrxntativ Hartford, Connecticut a9wss is • i It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective o0 the inception date of the policy unless otherwise stated herein. (The informaaion below is nquired only when this endarsmm it issued suhxqueea to pnpwatim of pelity.) Endorsement effective 9 -30 -73 Policy No. 33AB205348CKA Endorsement No. Named Insured Witon Construction Co., Inc. . Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (904554-8) 749 In Advance $ $ 1st Anniv. $ $ Zn An v. $ $ Cmnmrsigoed b (Authorized Ikpresrncati c) Printed in U.S.A. j CODE NAME o PAYMENT TAX DISTRICT TRANSACTION LINE Of C POLICY EFF. DATE DATE TYPED / ABRO" M TYPE BUSINESS P ], C�ZQ G' D Cooper 9 -30 -73 INITIALS s E OFFICE CODE C/S CODE POLICY EXPIRY ATE COUNTERSIGNING „ 9 -30 -7T CODES STAT. TERRITORY LIMITS OF LIABILITY DR. FORM OR PLAN REC. CLASS DISC. PREMIUM EXPOSURE STATE RATE BI PD MED. ENO'T FORM N0. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective o0 the inception date of the policy unless otherwise stated herein. (The informaaion below is nquired only when this endarsmm it issued suhxqueea to pnpwatim of pelity.) Endorsement effective 9 -30 -73 Policy No. 33AB205348CKA Endorsement No. Named Insured Witon Construction Co., Inc. . Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (904554-8) 749 In Advance $ $ 1st Anniv. $ $ Zn An v. $ $ Cmnmrsigoed b (Authorized Ikpresrncati c) Printed in U.S.A. j JJ The /Etna casualty and Surety Company [J The Standard Fire Insurance Company Hartford, Connecticut To City Clerk City of Newport Reach 3300 W. Newport Blvd. Newport Beach, Calif. 92660 I Date 9-30-73 IJIFE&CASUALTY Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force 1 in the Company indicated above by F?51, as follows: Name of Insured Witon Construction Company. Inc. Covering Tennis Court lighting at Newport harbor High S*hO*l Contract No. 1516 KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Each Person Each Occurrence Aggregate Workmen's Compensation . . ............ . . f3CK9 2349cpo-30-73 9-311-7 Manufacturers' & Contractors' Bodily Injury Liability $ '000 $ 000 Property Damage Liability $ 000 $ 000 Owners' or Contractors' Protective Bodily Injury Liability $ 000 $ 000 Property Damage Liability $ 000 $ '000 1 Comprehensive Automobile . ..... Bodily Injury Liability $ '000 $ 1000 Property Damage Liability $ 000 ' X�7777, —7�7 Comprehensive General Bodily Injury Liability Property Damage Liability $ 250,000 $ 300000 $ 500,000 3W205348 CKA operations i viroducts & 9-30-73 protect ontractival I 9-30—► Yelp I $ 100000 i$ .500,000 Bodily Injury Liability $ 000 $ 000 $ 1000 Property Damage Liability WNgms 0001$ 000 In event of cancellation, d t1on of coverage, 10 days written notice will be given tVre pK4 Ue to whom this certificate is addressed. by registered mail (CC-277-1) i4l DISTRI(i POLICY LEE. DATE DAIL ;YPEO I YK .51 Im- 4 AND JkOKER P INITIALS PIRY DATE 9 COUNTERSI POLICY 9-30-74 CODE——] E�POSURE I P, STAT. RRITORY Limas or tInILT1Iry PLAN REC Cp�'4'j)�R VISC. PREMIUM STALE, COITRFFENSIVE GENERAL LIABUITY DMORSEMENT ADDITIONAL INTEREST - PRINCIPAL It is agreed that the policy is extended to cover the additional Insured.designated below subject to the following provisions: The coverage: afforded by this endorsement eh$U apply; only to operations performed tar such.44ditional. , Insured by the named Insured or, his subcont4'0tors and genersl 6'u-pe Msi4*2 thereof such addW*nal Insuredi if the accident occure-in the course of such operations. (2) The.premium for this endorsement shall be based on "cost!!. The word "cost" means, the total 4wipt to the additional insured of all work lot or sublett, in connection with each specific project•to or by the nomad ivw=ed,, in- clud-Ug the cost of all labort'si.sterials and equipaent furnished,, used or delivered.for tine in the execution of such work whether furnished by the principi contractor or sub-contractor, including an rise, allowances* b9puses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NIDWPORT BEACH PROJECT: Tennis Court Lighting at Newport Harbor High School Contract No, 1516 It is further agreed the premium shall be determined as follows: Rates Premium Cost Bale D Sol. P.D. IJ-152A TBD This endorsement, issued by one of the below named companies, form a put of the peollcy to which sawbed, effective an the inception date of the policy unless Otherwise stated herein. (The orformatim below u rqwh4 mly wbm thii mdaramrso is isturd 1Xb1qWi%f Is PVOMFW of PWk.Y-) Endorsement effecti,, 9- 30-73 Policy No. 33AB205348CMA Eodorstrincrit No. NamedInsured Witon Construction Co., Inc. Additional Plerilluu) Rem" Nerniumn The AlEtna Casualty a6d SUW V Company The Standard Fire• losuranocie,, Company C",ntcrsisncdby IT E hointrd R,prTnrjtivc)1V A- % It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Ball, Newport Beach, California, of a registered written notice of such cancellfition or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued seebsequeew to preparation of policy.) Endorsement effective 9_30 -73 Policy No. 33AB205348CMA Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Sftndard Fire Insurance Company Hartford, Connecticut In Advance $ $ 1st Anniv. $ $ 2nd A niv $ $ Countersigned b [homed Re resen acv ac.. (90455 -1.8) 7.69 Printed in U.S.A. CODE NAME o PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY EFF. DATE DATE TYPED / m TYPE BUSINESS P BROKER 0 1 9 2 0 C .) Coop er 9— 30— 7 3 IN TIIALS E OFFICE CODE C/S CODE P LICY E PIR DATE COUNCODESNING 101 n /} n STAT. TERRITORY LIMITS OF LIABILITY DR. FORM OR PLAN REC. CLASS DISC. PREMIUM EXPOSURE STATE RATE BI PO MED. END'T FORM NO. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Ball, Newport Beach, California, of a registered written notice of such cancellfition or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued seebsequeew to preparation of policy.) Endorsement effective 9_30 -73 Policy No. 33AB205348CMA Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Sftndard Fire Insurance Company Hartford, Connecticut In Advance $ $ 1st Anniv. $ $ 2nd A niv $ $ Countersigned b [homed Re resen acv ac.. (90455 -1.8) 7.69 Printed in U.S.A. ENGINEERS • CONTRACTORS • SURVEYORS WITON CONSTRUCTION COMPANY, INC. 2908 W. VALLEY BLVD. • SUITE A • ALHAMBRA. CALIFORNIA 91803 PHONE: 202 -9129 June 29, 1973 City Clerk City of Newport Beach Subject: Tennis Court Lighting 3300 West Newport Blvd, at Newport Harbor high Newport Beach, Calif. 92660 School Contract No 1516 Gentlemen: Enclosed please find Certificates of Insurance and three (3) sets of Contract and. Labor and Material Bonds which have been executed by us. Our Bonding Company will not require a process ed set of Contract Documents, and have accordingly retained one of the sets you sent us for their file. Upon City execution of the Contract Documents please forward one set to us for our file. Very truly yours, Ted K. Pendleton President TKP:mp Encl: R M, //, MM 0 ® The AEtna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut City Clerk To City of Newport Beach 3300 W. Newport Blvd. Newport Beach, Calif. 92660 LIFE&CASUALTY Date June 27 r 1973 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Company indicated above by ❑p, as follows: Name of Insured Witon Construction Company, Inc. Covering Tennis Court Lighting at Newport Harbor High School Contract No. 1516 KIND OF INSURANCE j LIMITS OF LIABILITY POLICY NO. I EFFECTIVE EXPIRATION ' Workmen's Compensation Manufacturers' & Contractors' Bodily Injury Liability $ 000 Property Damage Liability Owners' or Contractors' 700000 Protective Bodily Injury Liability $ 000 Property Damage Liability Comprehensive Automobile Bodily Injury Liability $ 000 Property Damage Liability $ 000 Comprehensive General Bodily Injury Liability $ 250,000 $ 500,000 $ Property Damage Liability $ 100,000 $ Bodily Injury Liability $ 000 $ ,000 $ Property Damage Liability $ 000 $ In event ofcancellation, _or reduction of coverage 10 days written notice will be given to the party by registered mail to whom this certificate is addressed. (Or-277) M orl] 500 ,000 33AB2000 a operations, 500 ,000 and contr By 9 -30-72 19 -3D -73 tective, products It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (Tbe information below it required only when this mdorrement it irtwed rubsequent to Preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33AB200073CNA Endorsement No. Named Insured Witon Construction Go., Inc. Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut In Advance $ $ 1st Anniv. $ $ 2nd f n1. $ $ Countersigned by Authorized Represcntativ (90455 -1 -8) 7-69 Printed in U.S.A. CODE NAME t PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY Err. DATE DATE TYPED AGENCY / 19'20 C A Cooper M TYPE BUSINESS A AND BRONEk M P 9 -30_72 INITIALS 5 S SE : °COUN NING OFFICE CODE CODE POLICY EXPIR GATE CODES . N 9- 30 -�3 STAY. TERRITORY LIMITS OF LIABILITY DR. FORM OR PLAN REC, CLASS DISC. PREMIUM EXPOSURE MED. STATE RATE 01 PO END'T FORM NO, It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (Tbe information below it required only when this mdorrement it irtwed rubsequent to Preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33AB200073CNA Endorsement No. Named Insured Witon Construction Go., Inc. Additional Premium $ Return Premium $ BI PD The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut In Advance $ $ 1st Anniv. $ $ 2nd f n1. $ $ Countersigned by Authorized Represcntativ (90455 -1 -8) 7-69 Printed in U.S.A. CODE NAME o PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY EFF. DATE DATE TYPED AGENCY/ C D Cooper MM TYPE BUSINESS F INITIALS BROKE II 9 -30 -7 2 AIIIIIIIIIII, Is ? OFFICE CODE CODE POLICY EXPIRY DATE r pOUN ► N 9 -30-73 CODES KING TERRITORY LIMITS OF LIABILITY DR. FORM OR DISC, PREMIUM EXPOSURE STATEI RATE 1 BI PD RED. PIAN. AEC. CLASS END'T FORM NO. COEPREHENSIVE GENERAL LIABILITY ENDORSEMENT ADDITIONAL INTEREST - PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervision thereof by such additional Insured, if the accident occurs in the course of such operations. (2) The premium for this endorsement shall be based on "cost". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub - contractor, including all fees, allowances, bonuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEWPORT BEACH PROJECT: Tennis Court Lighting at Newport Harbor High School It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I. P.D. B.I. P.D. U -152A TBD 'VBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below it required only when this endorsement it issued subsequent to preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33AB200073CMA Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (90455 -1 -8) 3.67 Countersigned by (Au[horiud R<prescn[ativc) Lewd etea e o/ J *ice ® The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut City Clerk To City Of Newport Beach 3300 W. Newport Blvd. Newport Beach, Calif. 92660 LIFE &CASUALTY Date June 279 1973 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Company indicated above by ❑p, as follows: Name of Insured Witon Cowtruotion Comany, Inc. Covering Tennis Court Lighting at Newport Harbor High School Contract No. 1516 KIND OF INSURANCE LIMITS OF LIABILITY POLICY N0. EFFECTIVE EXPIRATION Each Person Each Occurrence Aggregate Workmen's Compensation 38MA 9--39-T2 9-3D-73 Manufacturers' & Contractors''" Bodily Injury Liability $ $ 000 e ,000 °jC„�h "Sis ei YV :iR° wC, Property Damage Liability "K'ti �1� y y ",h'j $ ,000 $ ,000 "ti Owners' or Contractors' "iii "+skip Protective Bodily Injury Liability $ ,000 $ 000 �1r "h y tr , p z Property Damage Liability ��i " °��„ � $ 000 $ 000 Comprehensive Automobile "lw "y Bodily Injury Liability $ ,000 $ 000 Property Damage Liability lak `pit $ 000d'1';�k %'Etr ','vib`r "" Comprehensive General Bodily Injury Liability $ 250,000 $ 500,000 $ 500 ,000 3N 9 -30-72 9"3x73 o ler atims tective r is Property Damage Liability $ 100,000 $ ,000 and contrao hial Bodily Injury Liability $ ,000 $ 000 $ 000 Property Damage Liability r�i:y ,`'" ti ' 1k. $ 000 $ 000 4 1a "I^1 In event of cancellation, O tioa� O OYe�e l0 ® written notice will be given Cot a Oa ��8�ea re (cc- 277.1) It is hereby understood and agreed that the policy to which this c -.rtificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Ball, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33AB200073CMA Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD The AEtna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (90455 -1$) 769 In Advance $ $ 1st Anniv. $ - $ 2nd A r iv $ Countersigned by uthorized Representative) Printed in U.S.A. CQq� NAME t PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY EFF. DATE DATE TYPED AGENCY/ 1`j o C D Cooper M TYPE BUSINESS A �J1 AND BROKER M P 9 -30 -72 INITIALS S ' OFFICE CODE CODE POLL BY TE COUNTERSIGNING , 10 N STAT. TERRITORY LIMITS OF LIABILITY DR. FORM OR PLAN REC. CLASS DISC. PREMIUM EXPOSURE STATE RATE I BI PD MED, END'T FORM NO. It is hereby understood and agreed that the policy to which this c -.rtificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Ball, Newport Beach, California, of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33AB200073CMA Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD The AEtna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (90455 -1$) 769 In Advance $ $ 1st Anniv. $ - $ 2nd A r iv $ Countersigned by uthorized Representative) Printed in U.S.A. CaMEHENSIVE GENERAL LIABILITY ADDITIONAL INTEREST — PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervisi= thereof by such additional Insured, if the accident occurs in the course of such operations. (2) The premium for this endorsement shall be based on "cost". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub — contractor, including all fees, allowances, boAuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEIaPORT BLACH PROJECT: Tennis Court Lighting at Newport Harbor High School It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I. P.D. B.I.f P.D. U -152A TBD EBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below it required only when ;bit endertement it issued subsequent to preparation of policy.) Endorsement effective 6 -27-77 Policy No. 33Ag200073Ctv;A Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (90455 -1 -0) 3.67 Countcrsigned by Authoriud Representativ 6v CDDE NAME PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLICY EFF. DATE DATE TYPED AGENCY/ 192D C D Cooper TYPE BUSINESS P BROKER m 9 -30 -72 INAND TIALS s OFFICE CODE CODE POLICY EXPIRY DATE COUNTERSIGNING 11� 0 9 -30-73 CODES STAT. TERRITORY LIMITS OF LIABILITY DR. FORM OR PUN RE C. CLASS DISC. PREMIUM EXPOSURE STATE RATE BI PD MED. ENWT FORM NO. CaMEHENSIVE GENERAL LIABILITY ADDITIONAL INTEREST — PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervisi= thereof by such additional Insured, if the accident occurs in the course of such operations. (2) The premium for this endorsement shall be based on "cost". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub — contractor, including all fees, allowances, boAuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEIaPORT BLACH PROJECT: Tennis Court Lighting at Newport Harbor High School It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I. P.D. B.I.f P.D. U -152A TBD EBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below it required only when ;bit endertement it issued subsequent to preparation of policy.) Endorsement effective 6 -27-77 Policy No. 33Ag200073Ctv;A Endorsement No. Named Insured Witon Construction Co., Inc. Additional Premium $ Return Premium $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut (90455 -1 -0) 3.67 Countcrsigned by Authoriud Representativ 6v << � _ ..,.l.. �, A • © The AEtna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut i LIFE &CASUALTY City Clark To Citty of Newart Bilaak Date .Mlle 27r 19" 3300 li. BWj14rt FAvd. Namport Bomb, Calif. 92W i i Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force _ in the Company indicated above by ❑O, as follows: Name of Insured Y1t4p CCwMtl4tOtiQ1S CetmpratyO 1i10. Covering Tam is Cowt Li,*tift at ne+apes't Bosiaem' ash 3shool ctltmtwaist x* 15115 1 I KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Each Person Each Occurrence Aggregate Workmen's Compensation 777 777 Manufacturers' & Contractors' Bodily Injury Liability $ 1000 $ 000 Property Damage Liability $ 000 $ 000 Owners' or Contractors' Protective Bodily Injury Liability $ ,000 $ 000 Property Damage Liability�' $ ,000 $ 000 Comprehensive Automobile Bodily Injury Liability $ ,000 $ 1000 Property Damage Liability $ 1000 Comprehensive General Bodily Injury Liability $ 250,000 $ 5W,000 $ 5W ,000 33A� 9 -3[)-72 9 -3a'-73 Property Damage Liability oparitiC�� mad castrwWAI �� $ UO ,000 $ ,000 I , Bodily Injury Liability $ 000 $ 0001$ 000 Property Damage Liability F777" $ 0001$ 000 In event of cancellation will be gi t�t� W" ��.,Y 'A written notice will be to is d igR9��Ca14� aV !t to whom this certificate is addressed. (CC- 277 -1) It is hereby understood and agreed that the policy to which this c:rtificate refers may not be cammelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California. of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise seated herein. (The information below it rsquired only when thin endortrment it ivaed iubtequent to preparation of policy.) Endorsement effective 6-27-73 Policy No. 3373 Endorsement No. Named Insured witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD In Advance $ $ Ise Anniv. $ $ nd A iv $ The Etna Casualty and Surely Company The Standard Fire Insurance Company Couneersigned by uthorized Representative) Hartford, Connecticut (90455-1 -B) 7.69 Pd.wd in U.S.A. 1�PFi C D Coopes C PAYMENT TAX DISTRICT TRANSACTION LINE OF C POLI/T,EEF!MTE DATE TYPED AGENCY m TYPE BUSINESS A T/�� AND BROKER P INITIALS 1 P ATE OFFICE CODE CODE S COUNTERSIGNING � o CODES N STAT. TERRITORY LIMITS OF LIABILITY DR. FORM OR PLAN REC. CLASS Disc. PREMIUM EXPOSURE STATE BATE BI PO MED. ENO'T FORM NO. It is hereby understood and agreed that the policy to which this c:rtificate refers may not be cammelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California. of a registered written notice of such cancellation or reduction in coverage. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise seated herein. (The information below it rsquired only when thin endortrment it ivaed iubtequent to preparation of policy.) Endorsement effective 6-27-73 Policy No. 3373 Endorsement No. Named Insured witon Construction Co., Inc. Additional Premium $ Return Premium $ BI PD In Advance $ $ Ise Anniv. $ $ nd A iv $ The Etna Casualty and Surely Company The Standard Fire Insurance Company Couneersigned by uthorized Representative) Hartford, Connecticut (90455-1 -B) 7.69 Pd.wd in U.S.A. AGENCY/ BRORER CODE 1920 NAME C D Cooper c M M PAYMENT TAX DISTRICT TRANSACTION TYPE LINE OF BUSINESS C A P POLICY EFF. DATE 9 -30-72 DATE TYPED AND INITIALS 3 OFFICE CODE CODE PDI�CY J ATE COUNTERSIGNING CODES I n �PII,� `J—— ( STAT PLAN TERRITORY LIMITS OF LIABILITY DR. BEE. FORM OR CLASS DISC. PREMIUM EXPOSURE STATE RATE BI PO MED. END'T FORM NO. CON,PREHENSIVE GENERAL LIABILITY ENDORSEMENT ADDITIONAL INTEREST - PRINCIPAL It is agreed that the policy is extended to cover the additional Insured designated below subject to the following provisions: (1) The coverage afforded by this endorsement shall apply only to operations performed for such additional Insured by the named Insured or his subcontractors and general supervision thereof by such additional Insured, if the accident occurs in the course of such operations, (2) The premium for this endorsement shall be based on "cost ". The word "cost" means the total cost to the additional insured of all work let or sublet in connection with each specific project to or by the named insured, in- cluding the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work whether furnished by the principal contractor or sub - contractor, including all fees, allowances, bonuses or commissions made, paid or due. ADDITIONAL INSURED: CITY OF NEWPORT BFACH PROJECT: Tennis Court Lighting at Newport Harbor High School It is further agreed the premium shall be determined as follows: Rates Premium Cost B.I. P.D. B.I,, P.D. —T- U-152A TM EBD This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endornment it issued subtequmt to preparation of policy.) Endorsement effective 6 -27 -73 Policy No. 33A r 0M73CKA, Endorsement No. Named Insured witoll Construction Co., Inc. Additional Premium $ Return Premium $ The .4Etna Casualty and Surety Company iq The Standard Fire Insurance Company Countcraigned by (Authorized Representative) �- Hartford, Connecticut (90455.1 -B) 3-67 • � ti i :; 0 Approved by the City Council this 29th day of May, 1973. `� ✓!;}/' / r/is .+-rte Laura Lagios, City 0 CITY CLERK CONTRACT NO. 1516 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL SUBMITTED BY: WITON CONSTRUCTION COMPANY, INC. Contractor C', thambra, California 91803 y Zip Code 1213 282 -9129 P one $20,670.00 Iota] Bid.Pri�e • • Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 15th day of June , 1973 at which time they will be opened and read, for performing work as follows: TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and —Corporate te Seal shall be affixed to all documents requiring signatures. In the case of a ls tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) • • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern Ca i ornia Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 w Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this 'Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for -any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday., Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 253204 Classification A Accompanying this proposal is "BIDDERS BOND" Cash, Certified Check, Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (2131 282 -9129 hone Number June 15 1973 ate WITON CONSTRUCTION COMPANY, INC. (SEAL) S Sec. Aut orize�a ignaturee l uthorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Ted K. Pendleton Gerald R. Winterburn Jo Ann Winterburn Pres.- Manager Sec Treasurer Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address t. NONE 2.. 3, 4. 5. 6. 7. 6. 9. Ia. ' 11. 12.. WITON CONSTRUCTION COMPANY, INC. id der 's Name ••S /Gerald R. Winterburn, Sec. Authorized ignature Corporation Type of rgan zat on (Individual, Co- partnership or Corp) 2908 W. Valley Blvd. Alhambra, CA • Address FOR ORIGINAL SEE CITY CLERK'S FILE-MPY ` Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, WITON CONSTRUCTION COMPANY, INC. as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the amount bid Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, Jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 in the City of Newport Beach, is accepted by the City Council. of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th, day of June , 19 73 , Corporate Seal (If Corporation) WITON CONSTRUCTION COMPANY, INC. Principal S /Gerald R. Winterburn (Attach acknowledgement of Attorney- in- Fact) .�ntr ��u..,► I. Kerby, Notary Public Commission Expires July 23, 1975 FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety By S /Ronald Medeiros Title Attorney -in -Fact J • NON- COLLUSION AFFIDAVIT 0 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants on either of them has not directly or indirectly, entered into any arrange- ment or agreement.with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any. person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any .way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 14th day of June 19 73 • My commission expores: npcgmber 18. 197& WITON CONSTRUCTION COMPANY. INC. _ S Gera d R. Winterburn. Sec. Jeri M. Hunt o ary Public F9[2 ORIGINAL SEE CITY CLERK'S FILOPY Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his financial responsibility.' Upon Request. Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Upon Request SJGerald R. Winterburn Signed i Y s V4 Q ti a 8636319 Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 25, 1973 has awarded to WITON CONSTRUCTION COMPANY, INC: hereinafter designated as the "Principal ", a contract for TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond.with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender., or other supplies or teams used in, upon, for,.or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We WITON CONSTRUCTION COMPANY, INC': as Principal, hereinafter designated as the Contractor and FIDELITY AND DEPOSIT C as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of no /100 Ten Thousand Three Hundred Thirty Five and Dollars ($ 109335.00 ) said sum being one -half 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 presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted . to be done, or for any other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee:; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. In (Labor and Material Bond - Continued) 8636319 Page 9 This bond shall inure to the benefit of any and all persons., companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of June 19'73 WITON CONSTRUCTION COMPANY =ZINC_ (Seal) By' _ �],� .a,a�� �yrf,Seal) ArLlG.ees_ -(Sear ontractor p . . ftT�' this bond was approved by the City Council of the City of Newport Beach by motion on Date Attest: City Clerk Seal) Seal) (Seal) STATE OF CALIFORNIA SS: - ..._...._ . ............COUNTY OF Los ANGELES) On--------- June- 28 -: _ -1- 973 --- - ---------- -- -- - - -- before me, the undersigned, a Notary Public of said county and state, personally appeared -------------- Ronald Mede i 1'o8 °------ ---- ---- -- ---- --- --- ------ -- ----- ----- ------ --- ---- - ----------------------------- known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. wurwwururrl.rwrrwr OFFICIAL oFFlclnE sEwl. � 1. KERBY E / NOTARY PUBLIC • CAOEQMA._. 8 -------- .-- v.. ------- ._.- _..._. -.- - - -.._.-___iic- ----- o PRINCIPAL OFFICE IN LOS ANGELES COUNTY NOi(LYy Public Loa Angeles 191527 My Commission Expires July 23,1975 umrmman..... xmm„,.��ix..,uwm.,m.......... �.. . ............ U 8636319 Page. 10 8 PERFORMANCE BOND Q KNOW ALL MEN BY THESE PRESENTS, That e S WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1973 has awarded to WITON CONSTRUCTION COMPANY. INC. hereinafter designated as the "Principal ", a contract for TENNIS COURT LIGHTING AT NFOORT HARROR HIGH SCHOOL CONTRACT NO-1916 in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, WITON CONSTRUCTION COMPANY, INC. as Principal, hereinafter designated as the "Contractor ", and FIDELITY AND DEPOSIT COMPANY OF MARYLAND As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of no /100 Twenty Thousand Six Hundred Seventy and Dollars ($ 20,670.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 8636319 r Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees . that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond.as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Princi_ )al and Surety above named, on the 28th day of June , 19 3 . WITON CONSTRUCTION COMPANY. INC. S ea, l) contractor 1) Fidelity a posit Company of Maryland (Seal,) (Seal) Surety f30P4ALD MEDEflM ASmneyin -FGd Approved as orm: ss i ty Attufney �� STATE OF CALIFORNIA SS: ._ --------- __...------ COUNTY OF LOS ANGELES On June__ 28., 1973 .. .......... .. ..... before me, the undersigned, a Notary Public of said county and state, personally appeared----- - Ronald - M- ede --� iros - ....... . - -- - °-- ° - -- - -------------------- known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. ? wrwwnwuwuiwuwwrwwrrwunx�reup Yeuwrruw,urrw��w� OFFICIAL SEAL 'f I. KERBY N NOTARY PUBLIC - CALIFORNIA---- ;5 _ ......... �-- .......- . -_.... --- ----------------------- i °Z Gy. I° PRINCIPAL OFFICE IN E ' LOS ANGELES COUNTY 3 Notary Public Los Angeles 191527 Fo My Commission Expires July 23, 1975 snwuraur.w.nurw.rnnu.....I nw—I ..u...... .uuniuow.,.arimu r . Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFlCE, BALTIMORE, MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a Corpora- tion of the State of Maryland, by WM, H. C. GRIFFITH, Vice - President, and JOHN C. GARDNER Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice - Presidents, or any one of the additional Vice - Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys- in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Ronald Medeiros of Los Angeles, California its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings ,,,,e „ao,,,,......o„ And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Ronald Medeiros, dated April 16, 1951, The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this - ----- --- ------ `.25th -- --- ----- --- ------- - ----day of- - ----- ----------- O.ctober ---------------------- - ., A.D. 19 55---- ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED) -- -- ------- - -- __ ---- ----- ------- -- - ----------- JOHN --C• GARDNER. By - --- ---- --- ----------.idMe...El, C, _GRIFFLTH (SEAL) Assistant Secretary Vice - President STATE OF MARYLAND CITY OF BALTIMORE 6s: On this 25th day of October A.D. 1955 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation, IN TESTIMONY R +nexeoF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. (SIGNED) ------- ------------- ---- -- ------DOLORE S- -DEMMA --- - ---- -- -- . -- (SEAL) rotary Public Commission Expires ... May... 6,..1,951. CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice- President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY CIE 'MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. REsoLvaD: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.” IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal oft said Company, this ........................ 2Q.t1 ---------------------- day of....._......_-JS lne---------------------------------- 19.....73 L1419 —Ctf. Assist¢nt Secretary 0 0 Page 12 CONTRACT THIS AGREEMENT, made and entered into this Ica day of by UL)' , 197-3_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and WITON CONSTRUCTION COMPANY. INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and'Specifications therefor; to furnish at his own.proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work_, except such as in said Specifications are expressly stipulated tube borne by the City and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in.full compensation therefore the lump sum price, or.if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials.and to do the work according to.the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal,.and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6, The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTF¢T- CITY OF NEWPORT BEACH, CALIFORNIA on rac or (SEAL) By:= ri Tit e By: Title 9 0 CITY OF NEWPORT BEACH TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 PROPOSAL To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1516 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sun Construct lighting system for four tennis courts at Newport Harbor High School, complete in place and operable. Twenty Thousand Six @_ Hundred Seventy Dollars and No Cents $ $20.670.00 Lump Sum TOTAL PRICE WRITTEN IN WORDS: Twenty Thousand Six Hundred Seventy Dollars and No Cents $ 2o- fim_nn CONTRACTOR'S LICENSE NO.____ _ 253204 COMPANY, INC am Bi er s Ne DATE June 15. 1973 (Authorize Signature BIDDER'S ADDRESS 2908 W. Valley Blvd. TELEPHONE NO. (213) 282 -g12q 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 I. SCOPE OF WORK SP oft The work to be done under this contract consists of installing a complete and operable night lighting system for four existing tennis courts at Newport Harbor High School. The tennis courts are adjacent to Irvine Avenue between 15th and 16th Streets in Newport Beach. Included in the work is the providing of a new underground electrical service from an existing utility pole on the westerly side of Irvine Avenue, and the payment to the Southern California Edison Company of all connection and riser charges. II. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the Specifications _ prepared by Frederick Brown & Associates, the City's Standard Special Provisions, the Plans, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Speci- fications for Public Works Construction. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2. III. PLANS The complete set of Plans for bidding and construction consists of three sheets, Drawing No. P- 5058 -S, Sheets 1 through 3. IV. TIME OF COMPLETION The work shall be completed within 75 days after execution of the contract by the City. V. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS In addition to conforming to the requirements of the Standard Specifications, the Contractor shall exercise particular care in the removal and replacement of plant material and improvements. Conduit shall be bored or jacked under shrubs, trees, and walks rather than cutting and removing the improvements. • 0 SP2of2 VI. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work and as set forth in Section 10 -11 of the City's Standard Specifications. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. VII. SITE ACCESS AND WORK AREA The only access to the site shall be from Irvine Avenue. The operations of the Contractor shall be confined within the limits of the work area shown on the drawings. Special attention is directed to the Sections of the Standard Specifications regarding the public convenience and safety and the preservation of property, respectively. VIII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately repaired at the Contractor's expense. IX. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing within 48 hours after being informed of the conditions. X. PAYMENT The lump sum price bid for work shall include full compensation for all labor and materials necessary for construction of the work complete in place. Pay- ment for incidental items of work including removal and disposal shall be included in the lump sum price. The price paid for the work shall include a complete connection to the Southern California Edison Company facilities, including connection charges and installa- tion of a meter. All fees normally charged by the City will be waived, except that each contractor and /or subcontractor shall have a valid City of Newport Beach business license. 0 0 SPECIFICATIONS for TENNIS COURT LIGHTING NEWPORT HARBOR HIGH SCHOOL Prepared By: FREDERICK BROWN ASSOCIATES' 3848 Campus Drive, Suite 212 Newport Beach, California (714) 546 -9995 - ELECTRICAL ENGINEERS •. STRUCTURAL ENGINEERS State of California Approved Department of General Services State of California Office of Architecture and State Fire Marshall Construction Appl. No. Approved Date: Date: 0 0 Nis'WPORT HARBOR HIGH SCHOOL NEWPORT -MESA UNIFIED SCHOOL DISTRICT TENNIS COURT LIGHTING FREDERICK BROWN ASSOCIATES Consulting Electrical Engineers 0 0 SECTION 16A ELECTRICAL 1. GENERAL A. The "General Conditions" and "Special Conditions shall form a part of this section with the same force and effect as is wholly embodied herein. 2. SCOPE OF WORK A. The work under this section includes the furnishing of all labor, materials, tools, equipment and apparatus for the complete installation of all electrical systems. B. Work included: The work generally consists of, but is not limited to the following items: 1. Provide 120/240 volt, single phase, three wire electrical system, or as noted on drawings. 2. Lighting fixtures and lamps as indicated on drawings and details. 3. Concrete work for conduit encasement and pole bases where indicated on drawings and specified herein. 3. GENERAL REQUIREMENTS A. Take out and pay for all permits, inspections and examin- ations without additional cost to the Owner. B. Submit five (5) copies of shop drawings and material list to Electrical Engineer for review prior to installation of any electrical items. C. Provide all mounting facilities required for properly securing or hanging fixtures, equipment and outlets. 0. Coordinate electrical installation with other trades. E. All work and materials shall be installed in accordance with applicable codes and acceptable to governing authorities. F. Guarantee all materials and equipment for one (1) year from the date of acceptance by the Owner. G. Perform all tests required by Owner and Engineer. H. Ground all equipment and services in accordance with applicable codes. 16A -1 • 1 L E 0 I. Provide as -built drawings with all changes indicated in red ink. Provide dimensions of the location of under- ground runs and stubouts. J. Refer to the General Conditions of the specifications of information on substitutions. K. All exterior adjustable lighting fixtures shall be aimed after dark in the presence of, and at a time convenient to the Engineer, L. Make necessary inspections of existing site and building conditions within the scope of this work and make allowance for existing conditions before submitting bid. M. Cut and patch the construction work as required for proper installation of the electrical work. All patching shall match the surrounding work to the satisfaction of the Engineer. 4. MATERIALS AND INSTALLATIONS A. All materials shall be new, conforming with A.S,A, I.E.E.E N.E,M.A., N.B•F.U., and shall be U.L. labeled. All struc- tural and miscellaneous steel used in connection with electrical work shall be hot -dip galvanized. Galvanizing shall average 2.0 ounce per square foot and shall conform to A.S.T.M. A123. B. CONDUIT 1. Rigid conduit shall have U.L. label, zinc coated ex- terior with zinc or enamel interior and shall be used when installed in or under concrete slabs, in contact with the earth, under public roadways, in masonry walls or exposed on building exterior, or on chainlink fence. Rigid conduit in contact with earth shall be encased 3" on all sides with a concrete envelope, or wrapped with Hunts Wrap Process No. 3, or "Half" lapped with polyvinyl chloride tape equal to Scotch Wrap. Joints shall be double wrapped. Tape shall be 10 mil thick. 2. Fiber conduit shall be Type 1 and may be used in con- crete encased underground installations in lieu of rigid steel conduit. All bends shall be galvanized rigid steel conduit. Provide a code sized insulated conductor (green) ground wire in conduit for continuity ,of equipment ground. 3. P.V.C. Schedule 40 may be used in lieu of rigid steel conduit for conduits below grade. Install a code sized insulated conductor (green) grounding con- ductor for continuity of equipment ground. 'y "� 16A -2 C. CONDUIT INSTALLATION 1. Provide junction or pullboxes where required for pulling conductors due to excessive number of bends or length of conduit runs. All materials W.P. in damp locations. 2. Bury underground conduit except under buildings to a depth of not less than 24" below finish grade. 3. Run exposed conduits at right angles or parallel to structural members, walls or fence. •.4. Provide expansion couplings where conduits cross ex- pansion joints or for continuous runs in excess of 100' except when embedded in concrete. 5. Re -route conduit where necessary to clear structural mechanical obstructions and landscaping. Replace turf and plantings disturbed by construction. D. WIRL AND CABLE 1. Conductors shall be copper #12 AWG minimum unless specifically noted otherwise on the drawings. Con- ductors #10 AWG and smaller shall be solid and -48 AWG and larger shall be stranded. Type of wire shall be: a. Type THW, 600 volt, insulation shall be used for all underground runs and for panel feeders or as noted. b. Type RHH, 600 volt, insulation shall be used for all branch circuit conductors installed in conduit exposed to the sun, and other hot locations, E. INSTALLAIION OF CONDUCTORS 1, Conductors shall be continuous between outlets or junction boxes and no splices shall be made except in outlet boxes, pullboxes, panelboard gutters or hand- holes. 2. All joints, splices and taps 1110 and smaller(including fixture pigtails) connected with "Ideal" wing nuts or Scotchlok connectors. #8 and larger connected with !:olderless connector of 100% electrolytic copper. U.G. spplices shall be taped watertight and painted with Glyptol or equal. 3. Train conductors neatly in panels, cabinets, and equip- ment. Re- tighten pressure type lugs or panels and equipment after load has been applied. All branch cir- cuits shall be left tagged in the panelboards, in all gutters and in all junction boxes where used circuits 16A -3 terminate for the purpose of identifying the various circuits. Feeders and mains shall be tagged in the switchboards. The method of tagging shall be with adhesive type marker equal to "Brady ". 4, Install a polyvinyl rope or pull wire in all empty conduits., F. Lighting fixtures shall be type as indicated on liqhting fixtures schedule and shall be Underwriters" approved. All fixtures shall be furnished with high power factor ballast, C.B.M. approved constant wattagetype. G. Lamps shall be General Electric, Westinghouse or Sylvania. Type of lamp and wattage as shown on fixture schedule on drawings. H. Provide embossed plastic nameplates for each disconnect switch, starter, circuit breaker and other control device indicating equipment controlled. I. Meter and main shall be heavy duty commercial type as in- dicated on drawings. J. Panelboards shall be General Electric Type NLAB or approved equal by Square 0 Company, I.T.E. Company, Bulldog, Zinsco, Westinghouse or Cutler- Hammer. Minimum size shall be 20" wide by 5 3/4" deep. All circuit breakers shall have pro- visions for padlocking in the "OFF" position. Provide a typewritten directory mounted inside the door in a metal frame which shall clearly identify each circuit as to use and location. Weatherproof construction as noted. K. Contactor panel and switch panel shall be fabricated of code gauge sheet steel and shall be complete with hinged lockable door. All cabinets shall be weatherproof. 16A -4 1 4 3 4. • • STRUCTURAL SPECIFICATIONS NDARD SPECIFICATIONS A. General: All work except electrical work, shall conform to the applicable requirements of "Standard Specifications, January, 1971" of the Division of Highways of the State of California. These speci- fications are referred to herein as the State Standard Specifications. Attention is drawn to Paragraph 7 of these Structural Specifications regarding Title 21 and 24 of the California Administrative Code. FARTHwnRK A. General: Earthwork shall conform to Section 19 of tie ate Standard Specifications. NCRETE AND CONCRETE WORK A. General: Portland Cement concrete and concrete worfi shall conform to Section 51, 73 and 90 of the State Standard Specifications and these special provisions. B. Materials: All concrete shall contain 5.5 sacks of Portland - cement per cubic yard. The minimum 28 -day compressive strength shall be 2,500 psi. C. Finishing: The surface shall be finished to match, approximately, the finish of the adjacent court surface. D. Curing: The surface shall be covered with clear, new, polyethylene sheeting. This sheeting shall have a thickness of at least 4 mils and shall be kept in place 7 days. No curing compounds shall be used. STEEL REINFORCEMENT A. General: Reinforcement shall conform to Section 52 of the State Standard Specifications and these special provisions. 1 i 5 6. 7 0 0 B. Materials: Bar reinforcement shall be deformed, billet -steel bars conforming to ASTM Designation: A615. Reinforcing bars shall be Grade 40. STEEL LIGHT POLE ASSEMBLIES J 3 C General: Steel light pole assemblies shall conform to Sections 55 and 56 of the State Standard Specifi- cations and these special provisions. Materials: The various materials shall conform to the specifications of the ASTM as- listed in the following tabulation: Material Structural Steel Pipe Anchor Bolts and Nuts ASTM Designation A 36 A 53. Grade B A 307 Galvanizing: Steel light pole assemblies except anchor bolts and nuts shall be hot - dipped galvanized after fabrication. GALVANIZING A. General: Galvanizing of items, where specified or shown on the plans, shall conform to Section 75 -1.05 of the State Standard Specifications. TITLE 21 AND TITLE 24 A. General: In addition to the requirements of the Standard specifications, all work shall meet the requirements of Title 21 and Title 24 of the California Administrative Code. B. Conflict: In the event of conflict, the requirement for the greater strength or the higher quality shall prevail. 2 1613 r ft RESOLUTION NO. 8 0 13 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR CONSTRUCTION OF LIGHTING SYSTEM FOR FOUR ^1ENNIS COURTS AT NEWPORT HARBOR HIGH SCHOOL TO WITON CONSTRUCTION COMPANY, INC., CONTRACT NO. 1516 WHEREAS, pursuant to the notice inviting bids for work in connection with the construction of lighting system for four tennis courts at Newport Harbor High School, in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of June, 1973, and publicly opened and declared; and WHERRAS, it appears that the lowest responsible bidder therefor is Witon Construction Company, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Nec:oort Beach that the bid of Witon Construction Company, Inc. for the work in the amount of $20,670.00 be ac- cepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 25th day of June , 1973 Mayor ATTEST: City Clerk dm 6/20/73 Approved by the City Council this 29th day of May, 1973. 191- Laura Lagios, City CONTRACT NO. 1516 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL SUBMITTED BY: Contractor Address City Zip Code PhoneC2l � Total Sid Price • a, Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 15th day of June , 1973 at which time they will be opened and read, for performing work as follows: TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a arP tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) . Page la The city has adopted the Standard Specifications for Public Works Construction (1970 edition and supplements ) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 7718 adopted June 12, 1972. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the works shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. L a g__ _nA__ Classification A _ Accompanying this proposal is " iat006 " E&W,Q " , , uasnier -s unecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to, comply with such provisions before commencing the performance of the work of this contract. (.Z��� zgz -a►z.9 Phone Number uut ate Wimcphl ;Bidders Name (SEAL) AUrnorizea Signature f uthoH zed Signature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: LM DESIGNATION OF SUB - CONTRACTORS - Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work 2.. 3. 4. 5. 6. I. 8. 9. 10, 11. 12. I I Sub - contractor Address t-mJ �E1SZtf��CR�wi�' aJ-f Imo.. ldder �1 —Tame r Authorized gnature Type of rgan zat on (Individual, Co- partnership or Corp) • Address .4k Fideit band Deposit company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 P''M;Ur., N'i BID BOND 79 40 766 -1130 S)and iSereioe Gudec.A1,..lit KNOW ALL MEN BY THESE PRESENTS: That-.we, WITON CONSTRUCTION COMPANY, INC. - - - - -- F- - -- T - -- -- -- - - -- - -- -- ----- - - - - -- - - - - ----- - -- --- ---- -- (hereinafte called th'e ' Prin cipal ), s P.rincipal, anthe DELV AND DEPOSIT COMPANY OF MARYLAND, a corporation created and existing under the laws of the State of Maryland, with its principal office in the City of Baltimore, Maryland (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH, CALIFORNIA - ------- ---------_------- ----------- - - - - - -- ----------------------------------------- ------- -------- --- -- ---- -------- - - -... ------------------------------ (hereinafter called the Obligee), in the full and just sum of --- :Ten Percent f 1 OI -�. �f the - ------------ -- amount of the attached bid ---- - - - - -- - ----- - - - - -- _- _- __ -_____ DSlrars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Princep l herein is submitting a proposal Contract No.15I NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shall enter into a con- tract for the completion of said work and furnish bonds as required by law, then this obligation shall be null and void, otherwise to remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed, sealed and dated this------------ --- - - - - -- 5 -th \FITNESS: - -- --------------- -------- - - - - -- I -------------- -- - - - - -- (IF INDIVIDUAL OR FIRM) ATTEST: (IF CORPORATION) CAL5082 —IM, 11 -72 191750 FIDELITY AND June 9_73---- WITON -- CONSTRUCTION COMPA- NY:- _.INC�EAL) / ------ -------------- --- fs.�. BY.•_. U (SEAL) ..... _..._...._..... _ ..................... ........_ ....__..____....__....___(SEAL) Principal DEPOSIT PAN OF MARYLAND i Ro at�..Z�-ros - - -- --- - - - - ------- AUOrnry -in -Fact l STATE OF CALIFORNIA ss: ................... ........_.............._.COUNTY OF Los ANGELES On ------------ une 15.,__1973_ ..._____ ......... before me, the undersigned, a Notary Public of said county and state, personally appeared._ ........ Ronald Medeiros ........... ............................... known to me to be the Attorney -in -Fact of the corporation that executed the within instrument, known to me to be the person who executed the within instrument on behalf of the corporation therein named, and acknowledged to me that such corporation executed the same. Ig111N1r011AUMnnxWIAAWvlMnnllnx mrn,urnwrnlsuyyMlNlxu OFFICIAL SEAL - I. KERBY a NOTARY PUBLIC - CALIFORNIA----- PRINCIPAL OFFICE IN Los Angeles 191527 LOS ANGELES COUNTY My Commission Upires July 23,1975 Notary Public 0 Power of Attorney • FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE. BALTIMORE, MD. KNOw ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, by WM, H, C. GRIFFITH, Vice - President, and JOHN C e GARDNER Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Com- pany, which reads as follows: "The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice- Presidents specially authorized so to do by the Board of - Directors or by the Executive Committee, shall have power, by and with the concurrence of the Sec- retary or any one of the Assistant Secretaries, to appoint Resident Vice - Presidents, Resident Assistant Secretaries and Attorneys- in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements deeds, and releases and assignments of judgments, decrees, mortgages and instruments in the nature of mortgages, and also alt other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." does hereby nominate, constitute and appoint Ronald Medeiros of Los Angeles, California,,, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings . . . . . . ............ . . . . And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of Ronald Medeiros, dated April 16, 1951, The said Assistant Secretary does hereby certify that the aforegoing is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHrREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY or MARYLAND, this ....... .......... ..25th... ..._......_.............. ...day of.-- ................ 0s. toller . ........... ....... ......, A.D. 19..55.... ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND (SIGNED) ........ ............. ... .............. .. ........... JolN.- C....GARDNER.. By........ ........... .................... bA1o...H,...C,...GRIPF.LTIi (SEAL) Assistant Secretary Vice - President STATE OF MARYLAND CITY OF BALTI1fORE 55: On this 25th day of October A.D. 1955 before the subscriber, a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and qualified, came the above -named Vice- President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of Baltimore, the day and year first above written. (SIGNED) - ........ ................ ........ _DOLORES...DT ? ........................ (SEAL) Notary Public Commission Expires...Ma.y....6.,..1951 CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents spe- cially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2 of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors Of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIAtoNY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal oft said Company, this ................. ... 1. 5th ......................... day of ................ . iune.. ... ......... .................. , 19... %.3. n 1. LI419 --C[f. Assistant SeGrelary 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that, said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19_ Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Title Principal Surety 0 • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any 'public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement.with'any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or- manner. any of the proceeds of the contracts sought by this bid. _ Subscribed and sworn to efor me b this / — day of , 19 .3 rQ1/ commissio exp�re / .�i. / 0 cs: / y�f� i OFFICIAL SEAL JERI M. HUNT Fe' NOTARY PUBU9- CALIFORNIA ORANGE COUNTY My Comfpission Expires Dec.18,1976X Fullerton, California Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The.undersigned submits herewith a statement of his,financial responsibility. VPoa+�FST 0 —signed Page 7 , TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. i►7AA ..Y.• - Si g ne 0 6 CITY OF NEWPORT BEACH TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 PROPOSAL To the City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 42660 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the proposed work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1516 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sun Construct lighting system for four tennis courts at Newport Harbor High School, complete in place and operable. @Tx�(Tf "jt 60%AymD Doi lars r and SX I�Jt -ID�D S�J6ri�^ �' NCents $ .-- $ Zoe Lump TOTAL PRICE WRITTEN IN WORDS: =WG-N —T'{ 7T40J 'lArlb SIX 4PINIQt) Dollars SE1/E2�F �oo —Cents $ 7-0.* 70 6— CONTRACTOR'S LICENSE NO. Ze4. 1nli-rohl koc_ ` (Bid -(b is Nam DATE .JuNC IS 1gi3 Aut orize Signature BIDDER'S ADDRESS _M c?% W. JA.L -Lw 6L"D TELEPHONE NO.( !i) 2g1 -IT '` • f SP1of2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TENNIS COURT LIGHTING AT NEWPORT HARBOR HIGH SCHOOL CONTRACT NO. 1516 I. SCOPE OF WORK The work to be done under this contract consists of installing a complete and operable night lighting system for four existing tennis courts at Newport Harbor High School. The tennis courts are adjacent to Irvine Avenue between 15th and 16th Streets in Newport Beach. Included in the work is the providing of a new underground electrical service from an existing utility pole on the westerly side of Irvine Avenue, and the payment to the Southern California Edison Company of all connection and riser charges. II. SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the Specifications = prepared by Frederick Brown & Associates, the City's Standard Special Provisions, the Plans, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Speci- fications for Public Works Construction. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2. III. PLANS The complete set of Plans for bidding and construction consists of three sheets, Drawing No. P- 5058 -S, Sheets 1 through 3. IV. TIME OF COMPLETION The work shall be completed within 75 days after execution of the contract by the City. V. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS In addition to conforming to the requirements of the Standard Specifications, the Contractor shall exercise particular care in the removal and replacement of plant material and improvements. Conduit shall be bored or jacked under shrubs, trees, and walks rather than cutting and removing the improvements. 0 VI. WATER SP2of2 The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work and as set forth in Section 10 -11 of the City's Standard Specifications. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 673 -2110, Extension 267. VII. SITE ACCESS AND WORK AREA The only access to the site shall be from Irvine Avenue. The operations of the Contractor shall be confined within the limits of the work area shown on the drawings. Special attention is directed to the Sections of the Standard Specifications regarding the public convenience and safety and the preservation of property, respectively. VIII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately repaired at the Contractor's expense. IX. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions constitute extra work and so notify the Contractor in writing within 48 hours after being informed of the conditions. X. PAYMENT The lump sum price bid for work shall include full compensation for all labor and materials necessary for construction of the work complete in place. Pay- ment for incidental items of work including removal and disposal shall be included in the lump sum price. The price paid for the work shall include a complete connection to the Southern California Edison Company facilities, including connection charges and installa- tion of a meter. All fees normally charged by the City will be waived, except that each contractor and/or subcontractor shall have a valid City of Newport Beach business license. 0 0 SPECIFICATIONS for TENNIS COURT LIGHTING NEWPORT HARBOR HIGH SCHOOL Prepared By: FREDERICK BROWN ASSOCIATES 3848 Campus Drive, Suite 212 Newport Beach, California (714) 546 -9995 ELECTRICAL ENGINEERS STRUCTURAL ENGINEERS 44'fj� Frederick Brown Associakm EE 6678 W. Reagan State of California Approved Department of General Services State of California Office of Architecture and State Fire Marshall Construction Appl. No. Approved Date: Date: 0 0 NEWPORT HARBOR HIGH SCHOOL NEWPORT -MESA UNIFIED SCHOOL DISTRICT TENNIS COURT LIGHTING FREDERICK BROWN ASSOCIATES Consulting Electrical Engineers 0 0 SECTION 16A ELECTRICAL 1. GENERAL A. The "General Conditions" and "Special Conditions shall form a part of this section with the same force and effect as is wholly embodied herein. 2. SCOPE OF WORK A. The work under this section includes the furnishing of all labor, materials, tools, equipment and apparatus for the complete installation of all electrical systems. B. Work included: The work generally consists of, but is not limited to the following items: 1. Provide 120/240 volt, single phase, three wire electrical system, or as noted on drawings. 2. Lighting fixtures and lamps as indicated on drawings and details. 3. Concrete work for conduit encasement and pole bases where indicated on drawings and specified herein. 3. GENERAL REQUIREMENTS A. Take out and pay for all permits, inspections and examin- ations without additional cost to the Owner. B. Submit five (5) copies of shop drawings and material list to Electrical Engineer for review prior to installation of any electrical items. C. Provide all mounting facilities required for properly securing or hanging fixtures, equipment and outlets. D. Coordinate electrical installation with other trades. E. All work and materials shall be installed in accordance with applicable codes and acceptable to governing authorities. F. Guarantee all materials and equipment for one (1) year from the date of acceptance by the Owner. G. Perform all tests required by Owner and Engineer. H. Ground all equipment and services in accordance with applicable codes. 16A -1 I. Provide as -built drawings with all changes indicated in red ink. Provide dimensions of the location of under - ground runs and stubouts. J. Refer to the General Conditions of the specifications of information on substitutions. K. All exterior adjustable lighting fixtures shall be aimed after dark in the presence of, and at a time convenient to the Engineer. L. Make necessary inspections of existing site and building conditions within the scope of this work and make allowance for existing conditions before submitting bid. M. Cut and patch the construction work as required for proper installation of the electrical work. All patching shall match the surrounding work to the satisfaction of the Engineer. 4. MATERIALS AND INSTALLATIONS A. All materials shall be new, conforming with A.S.A, I.E.E.E N.E.M.A., N.B.F.U., and shall be U.L. labeled. All struc- tural and miscellaneous steel used in connection with electrical work shall be hot -dip galvanized. Galvanizing shall average 2.0 ounce per square foot and shall conform to A.S.T.M. A123. B. CONDUIT 1. Rigid conduit shall have U.L. label, zinc coated ex- terior with zinc or enamel interior and shall be used when installed in or under concrete slabs, in contact with the earth, under public roadways, in masonry walls or exposed on building exterior, or on chainlink fence. Rigid conduit in contact with earth shall be encased 3" on all sides with a concrete envelope, or wrapped with Hunts Wrap Process No. 3, or "Half" lapped with polyvinyl chloride tape equal to Scotch Wrap. Joints shall be double wrapped. Tape shall be 10 mil thick. 2. Fiber conduit shall be Type 1 and may be used in con- crete encased underground installations in lieu of rigid steel conduit. All bends shall be galvanized rigid steel conduit. Provide a code sized insulated conductor (green) ground wire in conduit for continuity of equipment ground. 3. P.V.C. Schedule 40 may be used in lieu of rigid steel conduit for conduits below grade. Install a code sized insulated conductor (green) grounding con- ductor for continuity of equipment ground. 16A -2 C. CONDUIT INSTALLATIO 1. Provide junction or pullboxes where required for pulling conductors due to excessive number of bends or length of conduit runs. All materials W.P. in damp locations. 2. Bury underground conduit except under buildings to a depth of not less than 24" below finish grade. 3. Run exposed conduits at right angles or parallel to structural members, walls or fence. 4. Provide expansion couplings where conduits cross ex- pansion joints or for continuous runs in excess of 100' except when embedded in concrete. 5. Re -route conduit where necessary to clear structural mechanical obstructions and landscaping. Replace turf and plantings disturbed by construction. D. WIRL AND CABLE 1. Conductors shall be copper ,#12 AWG minimum unless specifically noted otherwise on the drawings. Con- ductors #F10 AWG and smaller shall be solid and '48 AWG and larger shall be stranded. Type of wire shall be: a. Type TH14, 600 volt, insulation shall be used for all underground runs and for panel feeders or as noted. b. Type RHH, 600 volt, insulation shall be used for all branch circuit conductors installed in conduit exposed to the sun, and other hot locations, E. INSTALLATION OF CONDUCTORS 1. Conductors shall be continuous between outlets or junction boxes and no splices shall be made except in outlet boxes, pullboxes, panelboard gutters or hand - holes. 2. All joints, splices and taps #10 and smalier(including fixture pigtails) connected with "Ideal" wing nuts or Scotchlok connectors. ",8 and larger connected with solderless connector of 100% electrolytic copper. U.G. splices shall be taped watertight and painted with Glyptol or equal. 3. Train conductors neatly in panels, cabinets, and equip- ment. Re- tighten pressure type lugs or panels and equipment after load has been applied. All branch cir- cuits s1"111 be left tagged in the panelboards, in all gutters and in all junction boxes where used circuits 16A -3 terminate for the purpose of identifying the various circuits. Feeders and mains shall be tagged in the switchboards. The method of tagging shall be with adhesive type marker equal to "Brady ". 4. Install a polyvinyl rope or pull wire in all empty conduits. F. Lighting fixtures shall be type as indicated on lighting fixtures schedule and shall be Underwriters" approved. All fixtures shall be furnished with high power factor ballast, C.B.M. approved constant wattagetype. G. Lamps shall be General Electric, Westinghouse or Sylvania. Type of lamp and wattage as shown on fixture schedule on drawings. H. Provide embossed plastic nameplates for each disconnect switch, starter, circuit breaker and other control device indicating equipment controlled. I. Meter and main shall be heavy duty commercial type as in- dicated on drawings. J. Panelboards shall be General Electric Type NLAB or approved equal by Square D Company, I.T.E. Company, Bulldog, Zinsco, Westinghouse or Cutler- Hammer. Minimum size shall be 20" wide by 5 3/4" deep. All circuit breakers shall have pro- - visions for padlocking in the "OFF" position. Provide a typewritten directory mounted inside the door in a metal frame which shall clearly identify each circuit as to use and location. Weatherproof construction as noted. K. Contactor panel and switch panel shall be fabricated of code gauge sheet steel and shall be complete with hinged lockable door. All cabinets shall be weatherproof. r 16A -4 1. 4 0 0 STRUCTURAL SPECIFICATIONS STANDARD SPECIFICATIONS A. General: All work except electrical work, shall conform to the applicable requirements of "Standard Specifications, January, 1971" of the Division of Highways of the State of California. These speci- fications are referred to herein as the State Standard Specifications. Attention is drawn to Paragraph 7 of these Structural Specifications regarding Title 21 and 24 of the California Administrative Code. EARTHWORK General: Earthwork shall conform to Section 19 of tie ate Standard Specifications. CONCRETE AND CONCRETE WORK A. General: Portland Cement concrete and concrete work shall conform to Section 51, 73 and 90 of the State Standard Specifications and these special provisions. Materials: All concrete shall contain 5.5 sacks of Portland cement per cubic yard. The minimum 28 -day compressive strength shall be 2,500 psi. Finishing: The surface shall be finished to match, approximately, the finish of the adjacent court surface. D. Curing: The surface shall be covered with clear, new, polyethylene sheeting. This sheeting shall have a thickness of at least 4 mils and shall be kept in place 7 days. No curing compounds shall be used. STEEL REINFORCEMENT General: Reinforcement shall conform to Section 52 of the State Standard Specifications and these special provisions. i B. Materials: Bar reinforcement shall be deformed, billet -steel bars conforming to ASTM Designation: A615. Reinforcing bars shall be Grade 40. 5. STEEL LIGHT POLE ASSEMBLIES A. General: Steel light pole assemblies shall conform to Sections 55 and 56 of the State Standard Specifi- cations and these special provisions. B. Materials: The various materials shall conform to the specifications of the ASTM as listed in the following tabulation: Material Structural Steel Pipe Anchor Bolts and Nuts ASTM Designation A 36 A 53. Grade B A 307 C. Galvanizing: Steel light pole assemblies except anchor bolts and nuts shall be hot - dipped galvanized after fabrication. 6. GALVANIZING A. General: Galvanizing of items, where specified or shown on the plans, shall conform to Section 75 -1.05 of the State Standard Specifications. 7. TITLE 21 AND TITLE 24 A. General: In addition to the requirements of the Standard specifications, all work shall meet the requirements of Title 21 and Title 24 of the California Administrative Code. B. Conflict: In the event of conflict, the requirement for the greater strength or the higher quality shall prevail. 1 2