HomeMy WebLinkAboutC-1710 - 12-inch water main connection, Pacific Coast Highway & Newport BoulevardA
May 9, 1977
CITY COUNCIL AGENDA
ITEM NO.H -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF 12 -INCH WATER MAIN CONNECTION AT PACIFIC COAST
HIGHWAY AND NEWPORT BOULEVARD (C -1710)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the 12 -inch water main
connection at Pacific Coast Highway and Newport Boulevard has been com-
pleted to the satisfaction of the Public Works Department.
The bid price was: $23,789.00
Amount of unit price items constructed 23,789.00
Amount of change orders 2,048.93
Total contract cost 25,837.93
Funds were budgeted in the Water Fund
(Account No. 50- 9297 -109)
During construction it was found that the existing 6 -inch main
in front of the Arches Restaurant did not extend as far westerly as shown
in the records. As a result, it was necessary to construct a 2 -inch tem-
porary water line to the Arches property and later extend the 6 -inch main
to connect with the new 12 -inch main. After the contract was awarded,
Caltrans required that the steel casing under West Coast Highway be extended
10 feet. A change order in the amount of $2,048.93 was issued to cover all
of the above work.
The design engineering was performed by the Public Works Depart-
ment.
The contractor is Witon Construction Co., Inc. of Alhambra,
California.
The contract date of completion was March 10, 1977. The contractor
was delayed in arranging for the 2: -inch temporary line with all work being
completed on March 18, 1977.
eph T\ Dovlin
lic Wo s Director
:hh
a
January 24, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2 (k)
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 12 -INCH WATER MAIN CONNECTION AT PACIFIC COAST HIGHWAY AND
NEWPORT BOULEVARD (C -1710)
RECOMMENDATION:
Adopt a resolution awarding the contract to Witon Construction
Company, Inc., for $23,789.00, and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk
at 10:30 a.m. on January 7, 1977.
Bidder Amount Bid
1. Witon Construction Co., Inc., Alhambra $23,789.00
2. G. R. McKervey Inc., Irvine $49,725.00
The low bid is 19% higher than the engineer's estimate of $20,000.
The difference appears to be due to concern by contractors regarding the
difficulty of construction in a congested area.
The project provides for the installation of approximately 72 feet
of 12 -inch water main across Pacific Coast Highway easterly of Newport Boule-
vard. Jacking of approximately 55 feet of 24 -inch steel casing will be re-
quired under the highway. This water main connection will improve the water
system in this zone by looping an existing dead end main on the northerly side
of the highway.
Funds in the amount of $20,000.00 are provided for this project in
Account No. 50- 9297 -109 of the current budget. A budget amendment trans-
ferring $5,000 has been prepared for Council consideration if the contract
is awarded. The amount includes an allowance of $1211 for materials testing
and contingencies. There are sufficient unencumbered funds in the Water Main
Replacement Program to provide for the budget amendment.
A Coastal Zone Permit and a Caltrans Encroachment Permit have been
obtained. An approved Negative Declaration is on file with the City.
Witon Construction Co., Inc., has successfully completed water
projects for the Long Beach Harbor Department and the City of Buena Park.
These agencies considered the work done on these projects to be of excellent
quality.
The plans and specifications were prepared by the Public Works
Department. It is estimated that construction will be completed by mid - March.
An exhibit is attached showing the location of the proposed construction.
seph T. Director
P blic Wor s Director
t. EGD:hh
1
i
i"
i 0 -�
__, C.,• ,,tip
MIA
R R31 A' p
lI
3 RS R3, A P 1
R3
( p r SPIA�
SA Y Y
A -p
A- p
A -p-H ` R T" 4it
PC
l � i0E
�Eff J L7 e S
>u-
ANDS -u- BARB -u-
-u -. i
co
I CI -
L CIH
C211
CIH
CIH
COz COz
TURNING BASIN
O
aFl c \
v,� t, IpH
API O t q-
R2 o T �° P2 O R�, C1ry
67ZR 92
�S 4CT T,4 rC1N
7 @� I'� Bo` o O J
7!_� S/ RQ 4,,2 R p2 R` <
\`'az
F
c� � vim✓ � .
CABS;
P -C
G
CONSTRUCTION OF 12-INCH I1 /k r, I
I MAIN ACROSS PACIFIC COAST
HIGHWAY AT 'NEWPORT GOUIEVARO
ti �� EXHIBIT "A"
a
j '?•
-77 -.
RESOLUTION NO.
By 1 i15 -;; i ; 'ruuN is. 1
CITY alt' K-E.WfQ I W3 ACHA RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO WITON
CONSTRUCTION COMPANY, INC. FOR WATER MAIN
CONNECTION AT PACIFIC COAST HIGHWAY AND NEWPORT
BOULEVARD, CONTRACT NO. 1710
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 12 -inch water main connection at
Pacific Coast Highway and Newport Boulevard, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 7th day of January, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Witon Construction Company, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Witon Construction
Company, Inc. for the work in the amount of $23,789.00 be
accepted, 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 24th day of January , 1977
ATTEST:
City Clerk
Mayor
DDO /bc
1/21/77
l � K
r
December 20, 1976
CITY COUNCIL AGENDA
ITEM NO. H -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: 12 -INCH WATER MAIN CONNECTION AT PACIFIC COAST HIGHWAY AND
NEWPORT BOULEVARD (CONTRACT No. 1710)
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject project.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:30 A.M. on January 7, 1977.
DISCUSSION:
The project provides for the installation of approximately 72 feet
of 12 -inch water main across Pacific Coast Highway easterly of Newport Boule-
vard. Jacking of approximately 55 feet of 24 -inch steel casing will be re-
quired under the highway. This water main connection will add operational
flexibility and safety to the water system in this zone by looping an exist-
ing dead end main on the northerly side of the highway.
The plans and specifications were prepared by the Public Works
Department. It is estimated that construction will be completed by March 21,
1977, at an estimated cost of $20,000. Funds in the amount of $20,000 have
been provided for in the current budget.
A Coastal Zone Permit and a Caltrans Encroachment Permit have been
obtained.
An exhibit is attached showing the location of the proposed con-
struction.
c�
Joseph T. evlin
Public Wo ks Director
EGD:jd
Att.
" MAP
1g
o� .Y
�n J
. u L
c
ANDS
-u-
o' v�U.Ire'io� S, F
i
S _ C�
oo
%5 rH
_CZ y . R
��/ 2
A v .`
V -
�`P MIA %'.
f R2 ;
Oavq �4'U C
RI
M
R3
WAY '
A -p
{ A-P �Op D! o
` e. R1 L
fF 8 %P'J 1
3 `o' A -P'H
^ eS s1 T
J
R
=E
GoE
Pc EPa2arioi! -
co
CIH_ eo
0
RI
RI
0
a -u-
cr.
r
P.c',_�
RI n
R!
kl
RI F?
4 � I
RI RI
RI
C
R 2 RI
1 ti R! RI _
RipFF ll'1' -! -�
RI / itl
at
r P.1
al \ Igo
RI o q� RI yo R
c '' i CIHI C LF
A✓
H C/H
H/ C2H ( ; I CIH
CoD�r^ Q^✓ COZ COZ
TURNING BASIN -�-
�r�cS' LIDO 'O v
' cIN CI r� �L
VIA L/ -'
CIH IrY
/'� ��.� e /�F - FS r.c 2 ry ,y RZ n I'` _ C✓'y �/�{ J V
R�/RoR'o R? q`F oLO4
( f�
cF
p r `C0z
cb
C
P -c
CONSTRUCTION OF 12 -INCH WATER
MAIN ACROSS PACIFIC COAST
HIGHUAY AT NEWPORT BOULEVARD
EXHIBIT "A"
Joan 22, 1977
witon Construction Compswo Ise-
2901 West V*1147 Uvd- - SlAsIs V
Albamhra, CA 91803
subject: Surety: Fidelity and DaMit Company of Maryland
Bonds No.: 8959085
Project: 12 Tmah Water VaIA commeat"S at Pacific
,.;F, �;Coast Highway Newport
Contract Not 1710
The City COMCU an May 9, ISIfy accepted tb& work of subject
project and autborleed the Clty,clovk to file a NOtft* Of
Coaplotion and to "lease the bonds 35 days after Notice Of
Completion Me been filed.
notice of Completion was I filed with the Orange county Recorder
on May 12, 1977 in Book no. 12191, Page 979. Please, notify,
yaw surety co"may that bonds joy be released 35 days after
recording date.
Doris George
City Clark
Dates
set Public Works Department
RFO�FO'�O/N0 EXEIMPT B 12191 P6 979
C5
20462
NOTICE. OF COMPLETION
PUBLIC WORKS
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 Past 1 P.M. MAY ] ^s 1977
L WYUE CARLYLE, Cuun,r Recoidlir
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE, NOTICE that on March 18, 1977
the Public Works project consisting of 12 -Inch Water Main Connection at Pacific Coast
Highway & Newport Boulevard
on which Witon Co
was the contractor, and Fidelity
was the surety, was completed.
IN
I, the undersigned, say:
t Company of Maryland
CITY OF NEWPORT BEACH
i�
orks
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 May 10, 1977 at Newport Beach, California.
I, the undersigned, t
I am the City Clerk of the City of Newport Beach; the City Council of said
City on May 9, 1977 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 May 10, 1977 at Newport Beach, California.
a
L Aft; �l;y r•�, ` �i�� ...�
JC.f
OF NEWPORT BEACH
CALIFORNIA City Han
3300 W. Newport Blvd
May 10 1977
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of 12 -Inch Water Main Connection at
Pacific Coast Highway & Newport Blvd. - Contract No. 1710
on which was the Contractor Wjtan
and WiAm11ty x Depoolt (!.... gay of Mar7liAS4 the surety.
Please record and return to us.
Doris George V
City Clerk
City of Newport Beach
t
Date EmbMuere 17- 1 977
M: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1710 1.
Project 19 �taLw gn np a ofl� at Fa 1fle Pmt I9' 4_Npt Blvd.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor:
Address: 2901 tiaat Vallav Blvd - bit* D Alhsebra Ck 91603
Amount: $ 23.789
Effective Date: Feb. 14, 1977_
Resolution No. 8985
DG:swk
Att.
cc: Finance Department
Doris George
February 10, 1977
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: 12 -INCH WATER MAIN CONNECTION AT PACIFIC COAST
HIGHWAY AND NEWPORT BOULEVARD (C -1710)
Attached are four copies 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.
Eldon Davidson
Project Engineer
ED:jd
I
I
i
i
PURCHASE ORDER
NO. 08638
INVOICE IN DUIPLICKV11Z
CITY NEWPORT
3300 NEWPQRT BOULEVARD-��',
NEWPORT BEACH, CALIFORNIA 92663
PRO
tft-JT14) 640-2291
VENDOR
.E Witon Construction Co. Inc.
2901 Vest Valley Blvd.-...
�Uite
03
i.
Ewers .
DATE Feb 977
DEPT. city, - il
SHIPTID (SAME UNLESS OTFIERVVIS'NiOTEM
DEPARTMENT COPY.—
iZ 1wh Wfater main
23,789. 00
co, -,Fioctlon at Pacific Coast Hitthwaly. and FlewN.rt Blvd.
as t ^ con ract
Contract I-110
Resolution Y4P,_r,
IMPORTANT
SIG-92974o
23,789',(
The Articles covered by this Purchase Order or Contract must
conform to applicable Cal—OSHA Standards, 'and/or other
CITY OF NEWPORT REACH
appropriate laws, regulations, ruin, and codes of the Federal
Government and the State of California.
..... ..
Show as a separate item any retail sales tax, use tax or Federal
tax applicable to this purchase.
1
This order subject to California sales tax.
D. W. MEANS
PURCHASING AGENT
All allowable transportation charges must be prepaid and shown
as a separate item on the invoice. Do not include Federal trans-
portation tax.
DEPARTMENT COPY.—
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
12-INCH
WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
Approved by t e City Council
this 20 day of December 1976.
oris George, City X*k
Submitted by:
41
CITY CLERK
WITON CONSTRUCTION COMPANY, INC.
Contractor
2901 West Valley Blvd., Suite D
Address
Alhambra, CA 91803
City Zip
(213) 282-9129
Telephone
TFt'al'U Bid o'Price
r 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 10:30 A.M. on the 7 day of January , 1977 ,
at which time they will be opened and read, for performing work as follows:
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
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 t3 he Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a artnership,
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.)
S' r+
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
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 Resolu-
tion No. 8950 adopted December 1.3, 1976. 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 contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -14 -76
11
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 words 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
,
, uasnler -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 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.
(213) 282 -9129
Phone Number
Jan. 7, 1977
Date
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
JoAnn E. Winterburn
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5
6.
7.
B. 1
9.
10.
11.
12.
Bidder's Name
Authorized Signature
Type of Organization
(Individual, Co- partnership or Corp.)
Address
FOORIGINAL SEE CITY CLERK'S FILE tY
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
(10 %) OF THE TOTAL AMOUNT BID IN 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 7th day of
January , 19 77 .
Corporate Seal (If Corporation)
PA�,ffINSTRUCTION
(Attach acknowled ement of
Attorney -in -Fact
Vronr9ia .1 TieP, Notary Public - FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Commission Exaires Nov. 1. 1977 Surety
By S /Clifford D. Cooper
Title Attorney -in -Fact
NON- COLLUSION AFFIDAVIT
rI
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 agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
this 5th day of January
19 77 .
My commission expires:
Nov. 1, 1977
S /Ted K. Pendleton, President
S /Georgia J. T.iek
Notary Public
• Page 6
FORORIGINAL SEE CITY CLERK'S FILE COPY
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
I
S /Ted K. Pendleton, President
Signed
0 0
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.
City of Signal Hill
Ohio Avenue Water Main Improvements
$27,700.00
City of Long Beach Harbor Department
Ships Service Water Line HD -S1214
$58.900.00
j
S /Ted.K. Pendleton, President
Signed
Preuuuu.n"iaded is perforannoe bond
LABOR AND MATERIAL BOND
0
Page 8
5959085
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted January 24, 1977,
has awarded to WITON CONSTRUCTION COMPANY, INC.
hereinafter designated as the "Principal ", a contract for 12 -INCH WATER MAIN
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 of the City of
Newport Beach;
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, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Eleven
Thousand, Eight Hundred Ninety - four & 50 /100 - -- Dollars ($1 1,894.50 ),
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 above bounden Principal 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.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
(Labor and Material Bond - Continued)
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 28th day of January 19 77
WITON CONSTRUCTION COMPANY, -INC.(Seal)
Name of Contractor Principal
FIDELITY AND
DEPOSIT COMPANY
OF
MARYLAND
(Seal)
Name
of Surety
One
lire
Bldg., Suite 9020
Los
MAeles,,
Calif. 001
Addr
Address of Agent
Telephone No. of Agent
i
0-
I
STATE OF CALIFORNIA 1
ss:
.........................COUNTY OF Los ANGELES
On ............. JAN --- 2-8.197.7
.............. , before me, the undersigned, a Notary Public of said county
....
and state, personally appeared ------------------------------------- ---------- -- -- -- -
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.
OR(12)10
Loe An Ies
i
is e
Notary Public
I KFRBY
NOTARY Fue.ic - Cavi roawA
�yr�
rRi c oraice iv
- -.-
Los nYGrt..FS cnuNTY
My Commission Expires July 25, 1979
i
is e
Notary Public
The premium charged for this bond . •
is A3 g;.�.iQor the term thereof Page 10
PERFORMANCE BOND SM(afl`K
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
24, 1977,
has awarded to WITON CONSTRUCTION COMPANY, INC.
hereinafter designated as the "Principal ", a contract for
ONNECTION AT PACIFIC COAST HIGHWA
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 of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, 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, in the sum of Twenty-
three Thousand, Seven Hundred Eighty -nine & No /100Dollars ($ 23,789.00 ),
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, con-
ditions, 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.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
la
1'
e
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 28th day of January , 1977
WITON CONSTRUCTION COMPANY, INC. (Seal)
Name of Contractor (Principal) -
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND (Seal)
Name of Surety
One WYstri)re Bldg., Suite 1020
re ano iizie OT AUtnor
MEDEIRDS Attorney -in -Fact
Address of Agent
Telephone No. of Agent
i
I 1�
STATE OF CALIFORNIA i
ss:
........................COUNTY OF Los ANGELES
On ... _.. "_ ':_ :__... ........ ................ 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.
L F E 1L
I KERr f
NJ J,0.v C BY CF LFO RNIA
PP�Nrt"AL OF -i qJ
BR(12)10 \ -o, AIM E! `S You NTY
-1 1 Lo An kq 201425 ? - MY Commasmn �xuucs July 23,1979
Notary Public
Power of Attorney
FIDELITY AID 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 We 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, Californi emu..
i s rue 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 .................... I
Anti e 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
-------------------- - th -------------------------------- day of --- ------ - ---- ----Qctober ......... --- --- - ----- -I A.D. 19_555...
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
(SIGNED)
.... ... ...-- ---- - -- --- --------------- .... By----- ----- --- -- _--- ---- --- ------ - - ---- ° H° C °_GRIFk.I2li
(SEAL) Assistant Secretary Vice - President
STATE OF MARYLAND
CITY OF BALTIMORE J
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) .... ......... '_ ....................... .- --------- DQTa0n ---UE . ..A.. "---
(SEAL) Notary Public Commission Expires -lyay- ,6.,_._1957
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 TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
28.. h January, -- a ry -- � --
...................... ......._, .. ....day of----- ---- - ---- ----- -. -.. 19-- - -
- ,.G
L1419—Ct(. 196598 Assis ecrUary
0 •
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this /-/ tt day of A_4� , 19 ,
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
12 -INCH WATER MAIN CONNECTION
AT PACIFIC COAST HIGHWAY AND NEWPORT BOULEVARD (CONTRACT NO. 1710)
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 to be 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
therefor 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.
0
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.
CITY OF NEWPORT BEACH, CALIFORNIA
By:
Mayor
ATTEST:
ity C erk
Contractor
BV (SEAL)
dyes /�
Ti le
By.
Title
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the
the Notice Inviting Bids, has examined the Plans (Drawing No. W- 5110 -S) and
Provisions, and hereby proposes to furnish all materials and do all the work
complete Contract No. 1710 in accordance with the Plans and Specifications,
in full payment therefor the following unit prices for the work, complete in
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS
1 1 Install approximately 55 linear feet of 24 -inch
Lump Sum diameter jacked steel casing, 72 linear feet of
12 -inch diameter, Class 200, A.C.P., gates valves,
and appurtenances as shown on the plans, complete
and in place
Twenty -three Thousand Dollars
@ Two Hundred fi v -nines
and
1 Guard underground construction
Lump Sum
PR 1 of 1
work, has read
the Special
required to
and will take
place, to wit:
10
@ Five Hundred Dollars
and
Nn Cents $ 500 00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS
Twenty-three Thousand Seven Hundred Fighty -nines Dollars
and
Mn Cents $ 23,789.00
Contractor's License No. 253204 WITON CONSTRUCTION COMPANY INC.
Bidder's Name
Date January 7, 1977 S /Ted K. Pendleton, President
Authorized Signature
Contractor's Address 2901 W. Valley Blvd., Suite D, Alhambra, CA 91803
Telephone No. 282_.9129..,
CITY OF NEWPORT BEACH
• PUBLIC WORKS DEPARTMENT 0
INDEX
TO
SPECIAL PROVISIONS
FOR
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
1976 -77
Item
CONTRACT NO. 1710
Page
I.
Scope of Work . . . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
Work Schedule and Completion of Work . . . . . . . . . . .
. . 1
III.
Work within State Highway Right of Way . . . . . . . . . .
. . 2
IV.
Work and Storage Areas . . . . . . . . . . . . . . . . . .
. . 2'
V.
Surface Runoff Water Control . . . . . . . . . . . . . .
. . 2
V.I.
Payment . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VII.
Permits . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VIII.
Construction Survey Staking . . . . . . . . . . . . . . . .
. . 3
IX.
Guarantee . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
X.
Protection of Existing Utilities . . . . . . . . . . . . .
. . 3
XI.
Flow and Acceptance of Water . . . . . . . . . . . . . . .
. . 3
XII.
Guarding Underground Construction . . . . . . . . . . . . .
. . 4
XIII.
Disposal of Waste Material . . . . . . . . . . . . . . . .
. . 4
XIV.
Water . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 4
XV.
Liquidated Damages . . . . . . . . . . . . . . . . . . . .
. . 5
XVI.
Construction Details . . . . . . . . . . . . . . . . . . .
. . 5
A. Surplus Material . . . . . . . . . . . . . . . .
. . 5
B. Jacked Steel Pipe Casing . . . . . . . . . . . . . .
. . 5
C. Asbestos Cement Pressure Pipe . . . . . . . . . . . . .
. . 5
D. Aggregate Base . . . . . . . . . . . . . . . . . . . . .
. . 5
E. Asphalt Concrete . . . . . . . . . . . . . . . . . . .
. . 5
• SP 1 of 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
12 -INCH WATER MAIN CON NECTION
AT - -
PACIFICC CAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
I. SCOPE OF WORK
The work to be done under this contract consists of the installation of approx-
imately 55' of 24 -inch jacked steel casing, 72 linear feet of 12 -inch diameter,
Class 200, A.C.P., gate valves, and related appurtenances across Pacific Coast
Highway easterly of the Arches Interchange. The contract requires the completion
of all the work in accordance with (1) Special Provisions, (2) The Plans (Drawing
No. W- 5110 -S), (3) the City's Standard Special Provisions and Drawings, (4) City
of Newport Beach Standard Specifications and, where applicable, (5) the California
Standard Specifications, January, 1975 and the California Standard Plans, January,
1975. The City's Standard Specifications are the Standard Specifications for
Public Works Construction, 1976 Edition. Copies may be purchased from Building
News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone (213)
870 -9871.
Copies of the City's Standard Drawings and Special Provisions may be purchased
from the Public Works Department at a cost of $5.00
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
II. WORK SCHEDULE AND COMPLETION OF WORK
Within 10 days after notification of award of contract, the contractor shall
submit to the engineer for review and approval a detailed work schedule in
accordance with Section 6 -1 of the Standard Specifications. Work on this con-
tract shall not start until the contractor's schedule has been approved by the
engineer.
See Section III of these Special Provision for the work schedule and traffic
control requirements for work within the State Highway right -of -way.
The contractor shall complete all work on this contract within 45 consecutive
calendar days after notification of award of contract or within 14 consecutive
• SP2of5
calendar days after work is started on the project site, whichever occurs first.
III. WORK WITHIN STATE HIGHWAY RIGHT -OF -WAY
This contract requires completion of all work within the State of California
Department of Transportation Right -of -Way (State Highway 1 and Old Newport
Boulevard) to be done in accordance with the requirements of State Encroachment
Permit attached hereto.
All work requiring traffic control or lane closures on State Highway 1 (Pacific
Coast Highway) shall be done during the hours of 11:00 P.M. to 7:00 A.M. Special
arrangements may have to be made for delivery and placement of materials (asphalt
concrete, etc.) to insure that the work is completed within the above time require-
ment.
The contractor shall be responsible for payment of all charges imposed by the
State of California Department of Transportation under Permit 776 -U- 783957 includ-
ing but not limited to inspection cost and replacement of obliterated striping and
pavement markings.
IV. WORK AND STORAGE AREAS
The contractor shall confine his operations to the area within the easement and
the State Highway right -of -way unless he has written permission to enter and/or
use the adjacent private property. In addition the easement and State right -of-
way area may only be used while actually performing work. The contractor shall
obtain an off -site location for storage of equipment, material and employee
parking.
It is the intent of the above requirements that the work site be cleared of all
equipment, material and etc. during non - working times and that the traffic flow
of Pacific Coast Highway is not disturbed.
V. SURFACE RUNOFF WATER CONTROL
Surface water containing mud, silt or other deleterious material from the project
shall be treated by filtration or retention in a settling basin or basins, suffi-
cient to prevent such waters from entering storm drains or the bay. The contractor
shall submit a plan for implementing siltation control concurrently to the City
and to the California Regional Water Quality Control Board, Santa Ana Region
(6833 Indiana Avenue, Suite 1, Riverside, California 92506, Telephone (714) 684 -9330,
Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan
by the City and the Board, the contractor shall be responsible for the implementa-
tion and maintenance of the control facilities. The contractor's attention is
called to Subsection 7 -8.1 of the Standard Specifications as regards project
site maintenance.
0 . SP3of5
VI. PAYMENT
Payment for all incidental items of work not separately provided for in the
Proposal shall be included in the unit price bid for the various items of work
and no additional compensation shall be made.
VII. PERMITS
In addition to the State Encroachment Permit, the City has obtained a permit to
discharge waste water from the County Sanitation Districts of Orange County and
a project permit from the South Coast Regional Coastal Zone Commission.
VIII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be under
the supervision of a California licensed surveyor or civil engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various items
of work and no additional allowance will be made therefor.
IX. 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 what-
soever. Any such defects shall be repaired at the contractor's expense.
X. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction work,
the contractor shall request each utility company to locate its facilities. Con-
struction of the water main will cause work to be performed near existing sewer,
gas, water, storm drain, telephone and electrical lines. The contractor shall
protect in place and be responsible for, at his own expense, any damage to
utilities encountered during construction of the items shown on the plans.
XI. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface -water and ground -water or other waters may be
encountered at various times and locations during the work herein contemplated.
The contractor, by submitting a bid, acknowledges that he has investigated the
risks arising from water and has prepared his bid accordingly. The contractor
shall conduct his operations in such a manner that storm or other waters may pro-
ceed uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted if
public or private properties are not damaged, or in the opinion of the engineer, are
not subjected to the probability of damage. The contractor shall obtain written
SP4of5
permission from the property owner before any diversion water outside the street
right -of -way will be permitted by the engineer.
All water removed from excavations utilizing existing County Sanitation District
sewer lines as outfalls shall be pumped to a portable settling box of a size and
configuration capable of removing suspended solids from the dewatering operation.
The discharge nozzle from the box shall have a 22" standard fire hose connection.
The discharge from the box shall be metered and placed into the nearest gravity
sewer manhole. The discharge from the box will be periodically sampled by the
Orange County Sanitation District No. 5. One standard fire hydrant meter will be
furnished to the contractor and may be obtained from the City's Utility Division
at 949 West 16th Street.
All costs involved in the handling of surface -water and ground -water shall be
included in the price bid for other items of work.
XII. GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1 of the Standard
Specifications and these Special Provisions.
Guarding - The walls and faces of all excavations over 5 -feet in depth shall be
effectively guarded by a shoring system or other equivalent means. Trenches
less than 5 feet in depth shall also be guarded when examination indicates
hazardous ground movement may be expected.
The contractor shall obtain a permit to perform excavation or trench work from
the Division of Industrial Safety, State of California, prior to any construction.
The cost of providing all necessary information to obtain the permit and the cost
of complying with the provisions of the permit shall be included in the lump sum
price bid for guarding underground construction.
XIII. DISPOSAL OF WASTE MATERIAL
Prior to dumping any spoil or waste material from the job site at any sanitary
landfill site in the County of Orange, the contractor shall obtain a "Permit to
Dispose of Demolition" from the City Public Works Department. There is no charge
for this permit.
XIV. WATER
If the contractor desires to use available City water it shall be his responsi-
bility to make arrangements for water purchases by contacting the City's Utilities
Superintendent, Mr. Tom Phillips, at (714) 640 -2221.
t.
• i SP5of5
XV. LIQUIDATED DAMAGES
Liquidated damages shall be in accordance with Section 6 -9 if the contractor
fails to complete the work within either of the time limits specified in
Section II of these Special Provisions.
XVI. CONSTRUCTION DETAILS
.A. Surplus Material
All surplus material from the project shall become the property of the
contractor and shall be disposed of away from the job site in a manner
and at a location acceptable to all cognizant agencies.
B. Jacked Steel Pipe Casing
The jacked steel casing shall conform to the applicable provisions of
Section 306 -2 of the Standard Specifications except as herein modified.
The contractor will be permitted a tolerance on the jacked steel casing
from exact grade or alignment of plus or minus 2- inches. If the hot tap
to the existing main is made after the jacked steel casing is installed,
the alignment tolerance can be up to 6- inches.
The lump sum price bid shall include full compensation for furnishing
all labor, materials, tools and equipment and doing all the work involved
in constructing the jacked conduit complete in place, including all excava-
tion, furnishing and installing conduit, including all work involved in
jacking the conduit; and doing whatever else is appurtenant to jacking
conduit within the limits shown on the plans.
C. Asbestos Cement Pressure Pipe
The asbestos cement pressure pipe shall conform to Section 207 -7 of the
Standard Specifications. The pipe shall be Class 200.
D. Aggregate Base
Aggregate base shall be Class 2 conforming to the applicable provisions of
Section 26 of the California Standard Specifications, January 1975.
E. Asphalt Concrete
Asphalt concrete shall be Type B conforming to the applicable provisions
of Section 39 of the California Standard Specifications, January 1975.
Aggregate grading requirements shall be 1/2" maximum (coarse or medium)
as specified in Section 39 -202.
A
FORM 17N.M.P302 (REV. 5-74) .
• PERMIT No...776mU.- .7$3957
DIET. CO. STE. P.M.
ORA 001 19.76
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
UTILITIES ENCROACHMENT PERMIT
To City of Newport Beach
Public Works Dept. ----------- Oa_Ange1e *-- -_ -. -- )California
3300 W. Newport Blvd.
Newport Beach, CA 92663 Dated ----------- July_21------------ 19 -7.6-
, Permittee
1. Subject first to the applicable law, and second, to the terms and conditions Relating to Utility Encroachments
issued by the State of California, Department of Transportation, which by this reference is made a part
hereof, permission is hereby given to jack 65' of 24" diameter steel casing and install
12" diameter water main and pothole on Coast Highway, City of Newport
Beach, ORA -1- 19.76, as shown on the attached plan W- 5110 -S.
In the event ground water or sand is encountered, said jacking opera-
tion shall continue on a 24 -hour per day basis until the entire length of
casing has been installed.
The ends of the casing shall be sealed with 8" PCC plugs.
The pothole #1 and the tie -in to the existing 24" water main shall be
performed between the hours of 7 P.M. and 6 A.M., Monday through Thursday
only, during which time the #2 southbound lane on Coast Highway and the
connector ramp between northbound 55 Freeway to southbound Coast Highway
shall be closed to traffic with the use of lighted cones and illuminated
signs.
Backfill material shall have a minimum sand equivalent of 20 and shall
be compacted to a minimum of 95% relative compaction.
Permittee shall secure permission from the adjacent property owner
to locate a portion of the jacking pit on his parking lot.
State forces shall replace all obliterated striping and pavement
markings at the Permittee's expense.
in accordance with your attached Plan No........... .... -- - - - - -- (CONTINUED)
2. This Permit has been issued by the Department pursuant to:
Complete' ( ) Your Application of._---------- --- ---- -------------- y---4--° ..............- ......., 1976..
Proper ` ( ) Utility Notice No..._-- ----- --.....of ...._. ................................ . ............ 19 ..... __
Line I ( ) Agreement No...__. ----- of ..... ...... ........ .. ........... .......... -- ..........., 19 .- ... -...
3. This Permit applies only to the work specifically authorized above.
9. Inspection required by Division —Full (X ) Partial ( )
5. This Permit shall be void unless the work hereinabove provided for shall have been completed before
-- October- 21 ..... .,....... 19.-76 , unless time extension granted by separate Rider.
DISTRIBUTION:
2 White to Permittee DEPARTMENT of TRANSPORTATION
1 White to Mice. Superintendent LONG BEACH
1 Pink to Headquarters —Mtce. SIGN SHOP
1 Blue to Dist. Utility Engineer HUNTINGTON BEACH .... .........................R.. - -- '... - .........- .... - -.
1 Yellow to file JWC: mfk "% "BCo /p
1 Green to ---------- ERUZZI.--- --- .................. .................... ..... . . . . .. By --- - - -- 1/L ..... 1/F=
R. JORDAN Inlp�r RAYMOND -Info d'il'ly Ass Dinka Penn1Y EaORm,
ORA CO. SANITA a o the incorporated Terms and Conditions may be obtained upon requea
Attn: Bruce
[tT..11l. ]f)1..[CO t.)1 IOY ttlT �W Ot1
13
City of Newport Beach -2- • 776 -U- 783957
The successful bidder shall post a $2,000.00 two -year bond and
submit an application to construct the work covered under this
permit.
Permittee shall arrange for a pre - construction meeting at the job site
with the State Representative and all other interested persons to dis-
cuss general work requirements, at least 7 days in advance of starting
work.
This permit shall be kept at the site of the work and must be shown
to any representative of the Grantor or law enforcement officer on
demand.
The attached SUBSTRUCTURES, ILLUMINATED TRAFFIC CONES and BORE sheets
are part of this permit.
STATE OF CALIFORNIA . • ORA- 001 -19.76
DEPARTMENT OF TRANSPORTATION
ENCROACHMENT PERMIT RIDER
C DH -WP ZE (REV. I /]AI
TO BE ATTACHED TO AND MADE APART OF ENCROACHMENT PERMIT NO. 776 —U- 783957
LOCATION CQO Coast Hwy., City of Newport Beachf WORKS TD 197 City oP Newport Beach 6 a Public Works Dept, 3300 W. Newport Blvd, ACH,
Newport Beach, CA 92663 ..
COMPLYING WITH YOUR REQUEST OF September 8, 1976 WE ARE HEREBY AMENDING THE ABOVE
NUMBERED PERMIT AS FOLLOWS:
Date of completion extended to March 1, 1977
EXCEPT AS AMENDED, ALL OTHER ITEMS AND PROVISIONS OF THE ORIGINAL PERMIT SHALL REMAIN IN EFFECT.
THIS RIDER MUST BE ATTACHED TO THE ORIGINAL PERMIT.
DISTRIBUTION: DATE LOCATION
September 17, 1976 1 Lo nap PA
LBCH HIM MPDINA SIGN SHOP ,DISTRICT PERMIT N IN HO ED REPRESENTATIVE
JORDAN RAYMOND -Info SUMPTER
ORA CO, SANIT, i
Assist. District Permi
:Js
• MAINTENANCE •
SPECIAL TERMS AND CONDITIONS
SUBSTRUCTURES
TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO. 776 -U- 783957
A. Inspection Requirements
1. It is
imperative
that the Permittee notify the State
Inspector at least
46 hours
prior to starting any work under this permit.
State Inspector
Mr. D.
Peruzzi
Phone 714 -639 -6851
between
A
or if no answer phone
between
:00 AM and
:00 PM.
2. All inspection costs incurred incidental to this work shall be borne by
the Permittee unless otherwise specified on the face of the permit.
3. All work shall be performed on weekdays during the normal working hours
(7:30/4:00) of the Dept. of Transportation's inspector unless other times
are specifically authorized.
B. Specifications
Unless otherwise detailed and authorized on the face of this permit, all work
shall be done in accordance with the Dept. of Transportation Standard Speci-
fications dated January 1973 to the satisfaction of the State representative
and the following special provisions:
1. SAFETY AND TRAFFIC CONTROL:
A minimum ofSEE PERMIT lanes shall be provided for traffic in each direction.
In addition, minimum clearance of two feet adjacent to any surface obstruction
and a five -foot clearance between the excavation and the traveled way shall
be maintained.
Provision shall be made for barricades, lights, and flagmen to adequately
protect the traveling public during construction operations in accordance
with the "Manual of Warning Signs, Lights and Devices for Use in Performance
of Work upon Highways ". When necessary for public safety, flagmen shall be
on duty twenty -four hours a day at no expense to the State.
When the permit authorizes installation by the open -cut method, not more than
one lane of the highway pavement shall be open -cut at any one time. After
the pipe is placed in the open section, the trench is to be backfilled in
accordance with specifications, permanent repairs made to the surfacing and
that portion opened to traffic before the pavement is cut for the next section.
2. CONSTRUCTION REQUIREMENTS:
Unless otherwise authorized, pipes and conduits shall be installed in a manner
to provide a minimum clearance of 42- inches between the top of pipe and surface.
P.C.C. pavement shall be scored to a depth of 1i inches by means of a concrete
saw to provide a neat and straight pavement break along both sides of trench;
also, provide an unfractured pavement joint and rigid bonding of pavement
replacement patch.
A.C. pavement shall be scored as required above for P.C.C. pavement except
where in the opinion of the State Inspector the pavement has been cut neat
and straight along both sides of trench to provide an unfractured and level
pavement joint for bonding existing pavement and replacement patch.
7 -MP -13
JUL 74 Rev (over)
pepairs to P.C.C. pavemee shah be made within wox ng days of completion'
E oc' backfill and shall be made of Portland Cement Concrete containing a
minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement
shall equal existing pavement thickness. The concrete shall be satisfactorily
cured and protected from disturbance for not less than 48 hours. High early
cement may be required at the discretion of the Dept. of Transportation repre-
sentative.
Repairs to A.C. pavements shall be made within 5 working days of completion
of backfill and shall be made with asphaltic concrete meeting State speci-
fications, with every effort made to match the existing pavement as to color
and surface texture. Replacement of A.C. pavement shall equal existing
pavement thickness but not less than 3 ". Rock base shall be required.
Structural backfill within the existing, or proposed roadbed area shall be com-
pacted in horizontal layers not exceeding 8" .in thickness using approved hand,
pneumatic or mechanical type tampers to obtain a "relative compaction" of 95
percent using California Test Method 21.6F. Structural backfill outside of slope
lines and not beneath any roadbed shall. be compacted to a relative compaction
of 90 %. Backfill material shall have a. "Sand Equivalent" value of not less
than 20 as determined by the California Test Method 217F, if the excavation
falls within the existing or proposed roadbed. Consolidation by ponding and
jetting will permitted when, as determined by the engineer, the backfill mate-
rial is of such character that it will be self - draining when compacted, and
the foundation materials will not soften or be otherwise damaged by the applied
water and no damage from hydrostatic pressure will result. Ponding and jetting
of the upper 4' below finished grade 1:3 not permitted. When pnaing and
jetting s permitted, ma er a or use as struc u— ra=ackfill shall be placed
and compacted in layers not exceeding 4' in thickness. Ponding and jetting •T�.
methods shall be supplemented by the use of vibratory or other compaction equip-
ment when necessary to obtain the required compaction.
By accepting this permit, the Permittee agrees to pay all laboratory costs in
conection with the necessary tests which may be required by the Dept. of Trans-
portation engineer to determine the sand equivalent value of the backfill
material or the trench backfill compaction. It is further understood that
the frequency of such tests shall not exceed one test per 1500' of trench at
elevations of not less than every 2' of backfill depth.
Prior to starting the trench backfill, the Permittee shall make the necessary
arrangements with the Dept. of Transportation or a private materials testing
laboratory to conduct these tests.
Repairs to asphalt shoulders shall be made with asphalt concrete to match the
existing shoulder.
Concrete sidewalks or curbs shall be cut to the nearest score marks and re-
placed equal in dimensions to that removed with score marks matching existing
score marks.
When installation is to be made by boring or jacking under the traveled way,
excavations on either side of the road shall be sufficiently distant from the
edge of pavement to insure pavement stability and minimum obstruction to
traffic as determined by the State's representative.
If considered necessary by the State's representative, the Permittee shall at
his expense, pressure grout from within the casing and /or from the top of
pavement, the area between the pavement and the casing in order to fill any
voids caused by the work as covered under this permit.
Service connections must be installed at an angle of 90 degrees from the
center line of the State highway which the main line traverses.
r
ILLUMINATED TRAFFIC CONES
ATTACHED TO AND M..DE A PART OF PERMIT NO. 776 -U- 783957
Illuminated traffic cones shall conform to the following
provisions:
Illuminated traffic cones shall be furnished, placed and main-
tained at the locations specified by the Department of Trans-
portation's representative in the field at no expense to the
State.
Cones shall be made of highly pigmented, translucent, fluo-
rescent, red - orange, polyvinyl chloride. The cones shall be
a minimum of 28 inches high with a base at least 14 inches
square.
The cones shall be illuminated by setting each cone over an
operating lighting unit placed directly on the pavement.
The lighting unit shall consist of a 6 -volt, dry cell battery
and a 3 -watt lamp. The battery shall be of sufficient capacity
to operate the lamp at full brilliancy for a minimum of 8 hours
anc shall be provided with a polarized receptacle on top which
will accommodate a lamp socket and lamp. Reflectorized tape
with a pressure sensitive adhesive shall be placed over the
top of the battery to reflect the light upward prior to insert-
ing the lamp socket and lamp. The lighting unit shall be
weatherproof and shall have maximum dimensions of 3" x 3" x 6 ".
There shall be a minimum of two batteries in good working order
for each cone at the job site at the start of each working
night.
Permittee shall replace batteries in the lighting units, when,
in the opinion of tlse Inspector, the brilliancy of the lamps
becomes inadequate.
Illuminated traffic cones damaged from any cause during the
progress of the work shall be immediately repaired or replaced
by the permittee at his expense.
All work shall conform to the "Manual of Warning Signs, Lights,
and Devices For Use In Performance of Work Upon Highways ".
7 MP -618
Sept 73 Rev
AM
0 0
SPECIAL CONDITIONS FOR BORING OPERATIONS
TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 776 -U- 783957
All boring operations shall be made without the use of
water or air excepting that a minimum amount of water supplied
from a container mounted on operator's equipment may be
used for bit lubrication only, if approved by and used in
the presence of a Division of Highways' representative.
If considered necessary by the Division of Highways'
representative, the Permittee shall, at his expense, pressure
grout from within the casing and /or from the top of pavement,
the area between the pavement and the casing, in order to
fill any voids caused by the work as covered under this
permit.
Rev 8 -24 -72
a
"The permittee for himself, his personal representatives,
successors in interest and assigns, as part of the con-
sideration hereof, does hereby covenant and agree (1)
that no person on the ground of race, color or national
origin shall be excluded from participation in the use
of said facilities, (2) that in the construction of any
improvements on, over, or under such land and the
furnishing of services thereon, no person on the ground
of race, color or national origin shall be excluded from
participation in, denied the benefits of, or otherwise
be subjected to discrimination, and (3) that the permittee
shall use the premises in compliance with all other require-
ments imposed by or pursuant to Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Nondiscrimination in
Federally- assisted programs of the Department of Trans-
portation- Effectuation of Title VI of the Civil Rights
Act of 1964, and as said regulations may be amended."
11 That in the breach of any of the above non - discrimination
covenants, the State of California, shall have the right
to terminate the permit and to re -enter and repossess said
land and the facilities thereon, and hold the same as if
said permit had never been made or issued."
' • FORM OHM.P.4 iREV Vgpi • BOND No. •
I PERMIT No.._ -_
LOCATION .. ._ _.. -_ -_ -- EFFECTIVE DATE_ .._.
DIST. CO. RT. P.M.
BOND
[Highway Encroachment Permit]
Know All Men by These Presents:
i
WHEREAS, The hereinafter named principal has made or will make application to the DErAIITMENT of
THANSronTATION, of the State of California, for the issuance of a permit —, in accordance with and subject
to the provisions of Article 2, Chapter 3, Division 1 of the Streets and hIighways Code, as amended; for
construction of the following described improvements:
and
WHEREAS, said applicant may apply for and said Department of Transportation, of the State of California,
map grant a renewal of said permit, and
WHEREAS, said Department of Transportation, acting by and through its duly authorized officers, has
determined and required that said applicant shall file a bond to the people of the State of California conditioned
for the proper compliance with the requirements of said legislative act and the regulations thereunder of said
Department of Transportation, and precedent to the taking effect of such permit.in the penal sum of_ - - ---
- - - -- — - -- - -- Dollars ($_.— ___ -- - - - - -- -).
Now, THEREFORE, The undersigned principal and —.-
it corporation organized and existing under the laws of the State of. —_— __.___ —, and
authorized to transact business in the State of California, as surety, are held and firmly bound in the whole sum
__Dollars ($__. ... —. ), lawful money of the
United States of America, unto the people of the State of California, hereinafter designated as the obligee
herein, for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
The condition of this obligation is such that if the said principal, his, their, or its heirs, executors, adminis-
trators, successors, and assigns shall properly comply with the requirements of said Act of the Legislature of
the State of California, hereinbefore referred to, and of the terms and conditions of said permit_, and any
renewal thereof issued by said Department of Transportation, and shall indemnify and save harmless the above
obligees, and each of them, from any and all claims, suits, action or actions of every name, kind and description,
brought for or on account of any damage or injury to the State highway, or any part thereof, or to any real or
personal property, or to any person or persons whomsoever, occasioned by or arising out of any failure of the
principal to comply with any of his or its obligations under any such permit or permits, and shall properly safeguard
said work and the State highway and all bridges and other structures thereon, and shall bear the entire expense
of replacing the highway and every part thereof in as good condition as before, then this obligation to be void;
otherwise to be in full force and effect.
This bond is effective from the date hereof and shall cover any act or omission of the principal under the
permit and renewals thereof. Unless otherwise stated herein, this bond may be canceled upon 30 days written
notice received by the Department of Transportation of the State of California from the surety, providing the
above bounden principal has not commenced performance of the work specified to be performed prior to
said 30 days.
IN WrrNESS WHEREOF, We have hereby set our hand and seal
dal' 19.
_ - - -- — _ ---
.____ --
PRINCIPAL AND APPLICANT SURETY
BUSINESS ADDRESS BUSINESS ADDRESS
Ry-- --. - -- - - - -' --
ATTORNEY IN FACT
ENGINEERS
• CONTRACTORS •
WITON CONSTRUCTION COMPANY, INC.
2901 W, VALLEY BLVD. • SUITED • ALHAMBRA. CALIFORNIA 91803
PHONE: 2829129
February 41 1977
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, California 92663
Attention: Mr. Eldon Davidson
Project Engineer
Subject: 12 -Inch Water Main Connection at Pacific Coast
Highway and Newport Boulevard (C -1710)
Dear Mr. Davidson:
Enclosed the following executed documents for the subject
project.
16 Contract documents (4 copies)
City's Certificate of Insurance forms
Workmen's Compensation Insurance Certificate
We also submit the following certification
SURVEYORS
" I am aware of and will comply with Section 3700 of the
Labor Code, requiring every employer to be insured against
liability for Workmen's Compensation or to undertake self -
insurance before commencing; any of the work"
Very truly yours,
WITON CONSTRUCTION CO., INC.
Ted K. Pendleton
President
TKP:mp
Encl:
NEVJ70RT EACH, `\i
Z, j,, CALIF.
W&CASUALTY
® The Mine Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
To City of Newport Beach Date 1 -24 -77
Public Works Department
3300 West Newport Boulevard
Newport Beach, Ca 92663
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 0, as follows:
Name of Insured Witon Construction Co., Inc.
Covering 12 -Inch Water Main Connection at Pacific Coast Highway and
Newport Boulevard (C -1710)
KIND OF INSURANCE
LIMITS OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person
Each Occurrence
Aggregate
Workmen's Compensation
N
33Gx955701cP
9 -30 -76
9 -30 -77
Manufacturers' & Contractors
Bodily Injury Liability
, -"
$ .000
Property Damage Liability
$ ,000
$ 000
Owners' or Contractors'
Protective
- -
Bodily Injury Liability
.�
$ OOD
Property Damage Liability
$ ,000
$ ,000
Comprehensive Automobile
t
Bodily Injury Liability
$ 000
$ OQO
pae
s�
Property Damage Liability
=-_
$
.�'
Comprehensive General
Bodily Injury Liability
, _
$ 1000
$ '000
$ .000
$ 000
Property Damage Liability
_
Bodily Injury Liability
$ ,000
$ ,000
$ 000
Property Damage Liability
$ ,000
$ ,Ogtf
1n event a cancellation, or material change, 30 days, by registered mail
written notice will be given to the party
to whom this certificate is addressed.
(CC-5190) 1 -73
By
AuMWzed Represent
CAT. 273562
PRINTED IN U.S.A.
i •
LIFEBCASUALTY
/ r i ,0 s
® The /Etna Casualty and Surety Company
❑ The Standard Fire insurance Company
Hartford, Connecticut
TO Uty of Newport Beach Date 1- 24-77
Publia Werra Department
3300 West Newport Boulevard
Newport Bsaoli, Ca 923
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 I9, as follows:
Name of Insured Wit= ColastruoUon Co, v Imo.
Covering 12-Mwh Water Nola Comiectfon at Pmific Coast RL&bamy anti
Hmfissard (C-1720)
LIMITS OF LIABILITY
KIND OF INSURANCE
Each Person
Each Occurrence
Aggregate
POLICY NO.
EFFECTIVE
EXPIRATION
Workmen's Compensation`s
33CB'g55701CP
���
��
Manufacturers' & Contractors'
Bodily Injury Liability
=
$ 000
Property Damage Liability
g 000
$
000
Owners' or Contractors'
Protective
Bodily Injury Liability
$ 000,'
Property Damage Liability
%
$ 000
$
000
Comprehensive Automobile
Bodily Injury Liability
$ 000
$ OQO
Property Damage Liability
.. -
$ 000
Comprehensive General
Bodily Injury Liability
$ 000
$
000
Property Damage Liability
$ OOp
$
Bodily Injury Liability
$ ,000
$ ,000
$
,000
Property Damage Liability
e
`� , . >`
$ .000
$
.000
In event of cancellation, or material change* 30 days, by registl
written notice will be given to the party
to whom this certificate is addressed.
By
(CC -5194-1) 1 -7e
Auttorized
LIFE &CASUALTY
19 The )Etna Casualty and Surety Company
❑ The Standard Fire insurance Company
Hartford, Connecticut
To Citr 4C ftvpwt sessilit Date' I-A-77
Pdau k0as D%Wft"
"Do most WftqW% sawtownd
Savoirt 11106011h. C& 9063
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 9, as follows:
Name of Insured ll$M CUMMV%94V#ti" C'*"* 'We
Covering ftba Naft plauLfte 000A WON* slid
LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION
Fach KIND OF INSURANCE son Each Occurrence Aggregate
men Com nsation
zl
or me
e
Manufacturers' & Contractors'
Bodily Injury Liability
'000
Property Damage Liability
$
.000
$
�7777777777777777
'000
Owners' or Contractors
......
Protective
. . ..
Bodily Injury Liability
!'7
'In
Property Damage Liability
$
000
$
'000
Comprehensive Automobile
Bodily Injury Liability
$ 000
$
Property Damage Liability
$
Comprehensive General
Bodily Injury Liability
$
.000
$
000
Property Damage Liability
4
.000
$
000
'
Bodily injury Liability
'000
$
'000
$
'000
Property Damage Liability
$
.000
In event of cancellation, 4W astwial 0WA1109 30 406s W X44'sil"Vol Rau
written notice will be given to the party
to whom this certificate is addressed. By 4wized Repr&Wtgfive
(CC-51941) 1-73
I os
LIFE &CASUALTY
B The /Etna Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
To Citi' at 111 9 Date 1 -211^'77
f wafts
t ftemilla t& W63
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 0, as follows:
Name of Insured iitUO 00"Wearillm C0.0 Mae.
Covering .i%S:i* 'Wettwr x4 ft 0alwousia at F+ttain* a"
N"osvt (C—I?W)
KIND OF INSURANCE
LIMITS OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person Each Occurrence
A agate
Workmen's Compensation
sue.
Manufacturers' & Contractors'
Bodily Injury Liability
$
001)
n YFU".c`wpPwlt iY �•
Property Damage Liability
'.t'�rr,a+�p-
$
.000
$ OOD
Owners' or Contractors'
Protective
Bodily Injury Liability
y.w
$
1000
�',..
_
Property Damage Liability
��o- $ .000
$ ,000
Comprehensive Automobile
Bodily Injury Liability
$ (X)(1
$
0Q0
i ¢'
$
.000
Property Damage Liability
Comprehensive General
Bodily Injury Liability
_
$
.000
$ ,ODD
Property Damage Liability
$
.000
$ 000
Bodily Injury Liability
$ .ODD
$
.000
$ .000
Property Damage Liability
Is
$ .000 .000
i
In event of eancetlaticn, or 0611OW14 attiapill+ 30 4sM Ill apt
written notice will be given to the party JJ
to wham this certificate is addressed.� d
(CC-5194-1) 1 -73
!F4111 or
R CITY OF NEWPORT BEACH '
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1710
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: 12 -Inch Water Main Connection at Pacific Coast Highway
and Newport Boulevard (C-1710)
This is to certify that
has issued to
The Aetna Casualty and
ce
2901 W. Valley B1vu:ameSt4teItgured)
Alhambra, Ca 91803
(Address of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 1151 E1 Centro St., South Pasadena, California 91030
Telephone No.
Countersigned
re
aal)
ve
ual
Effective date of this endorsement: January 24, , 19 77 , Endorsement No.
olicy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
lic No
$500,000)
$ 500,000 Protecti
$1,000,000 Products
$ 500,000 Contract
HOW C
MPLETE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From: 9 -30-76
$ 500,000 Protecti
Limit Bodily Injury
or Property Damage
33AB20805
To: 9 -30 -77
$500,000.00
$ rnn non Products
$Contract
Excess Indemnity
a 33BS1869W
rrom 9_3o_76
To
1,000,000
Each Occurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 1151 E1 Centro St., South Pasadena, California 91030
Telephone No.
Countersigned
re
aal)
ve
ual
Effective date of this endorsement: January 24, , 19 77 , Endorsement No.
CITY OF NEWPORT BEACH •
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C-1 10
MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEP BLE
Project Description: 12 -Inch Water Main Connection at Pacific Coast Hi!
This is to certify that the The Aetna Casualty and
has issued to
2901 W. Valley BlvU
Alhambra, Ca 91803
(Address of Insu
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 1151 E1 Centro St., South Pasadena, California 91030
Telephone No
Countersigne
fe
ial )
✓e
aal
Effective date of this endorsement: January 24, , 1977 , Endorsement No.
o icy Term
Limits of Liabilit
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
lic No.
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contracts
HOW C
\`
MPLETE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From: =- Z-76
$ 500,000 Protecti
Limit Bodily Injury
or Property Damage
To: )-70-77
$5o0,000.00
$
$_Contract
Excess Indemnity '<.j:SluG
:.
From 9 -,a -7
o-
,;1,000,000
Each Occurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 1151 E1 Centro St., South Pasadena, California 91030
Telephone No
Countersigne
fe
ial )
✓e
aal
Effective date of this endorsement: January 24, , 1977 , Endorsement No.
• CITY OF NEWPORT BEACH •
CERTIFICATI. 01 INSURANCE. [OR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1710
MODIFICATIONS TO THIS CERTIFICATE ARE NOT XC CEPTABLE
Project Description: 12-inch Water Main Connection at Pacific Coast Highway
a= Newport Boulava"9d (e__M0)
This is to certify that the The Aetna Casualty and Surety CopPany
Name of Insurance Company
has issued to Witon Construction Co•e Inc.
2901 W. Valley B1 :,r . Tislyred
Alhambra. Ca 91803
ddress of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carried by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 3.151 E1 Centro St., South Pasadena, California 91030
Telephone No.
Countersigned
re
ial)
ve
ual
Effective date of this endorsement: January 24, , 19 77 , Endorsement No.
olicy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
lic No.
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contract,
HOW C
`
MPLETE INFORIATION
BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single
From: 9 -30-7
$ 50010W Protecti
Limit Bodily Injury
or Property Damage
33AOL305GN1
To: 9 -30-77
$:00 ,000.00
$ SOO.000 Products
$ 500.2C0 Contract
Exeess I13trffitY
,,iL
n ;yi
.ram 9 -70 -76
To 9- -
;:1,000,000
Each Occurrence
: -1 000 OJ0
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 3.151 E1 Centro St., South Pasadena, California 91030
Telephone No.
Countersigned
re
ial)
ve
ual
Effective date of this endorsement: January 24, , 19 77 , Endorsement No.
• CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE AC(
.IT TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0.
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: •. 12 -Inch Water Main Connection at Pacific Coast Hii
This is to certify that the The Aetna Casualty and Surety Co)npany
(Name of Insurance Company)
has issued to Witon Construction Co. Inc.
2901 W. Valley Bl amof�Ir�sured
Alhambra, ca 91803
(Address of nsure
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy.described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of.registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660.
2. The City of Newport Beach, its officers and employees are hereby declared to
be additional insureds in the policy described insofar as they may be held
liable for injuries, death or damage to property excluding the sole negligence
of the City, its officers and employees. It is further agreed that any other
insurance carrigd by the City, its officers and employees shall not be contrib-
uting or primary with the insurance provided by this policy.
Covera a
XXXX
0
o cy Term
Limits of Liabi
it
Each 6ccurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contract
i C
MPLETE INFO
TION BELOW
Policy No.
COMPREHENSIVE LIAB.
Combined Single,
Limit Bodily Injury
or Property Damage
9+7a►i�►
From:
903DW77
To:
SONGO0900
$
;pq.000-
$ Protecti
$— Products
$Contract
h=*as Iasiswdljc
� "_
�► '' .iii
Each Occurrence
i�irOr��GGGi
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
c. Contractors Protective Liability (When Insured engages Subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when.applicable).
f. Personal Injury Hazards.
9. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: Clifford D. Cooper
Address of Agency or Broker: 1151 E1 Centro St., South Pasadena, California 91030
Telephone No
Countersigned
to
ial)
ve
ual
Effective date of this endorsement
January 24, , 19 77 , Endorsement No.
1
i1
+.t
w
c.
}
i'
f
i
U7
2
n
c.
I
mn ,
:fz�
ma
ri C
L
a
a
om
N �
0 �
0 D
o T
0
n
O
L
7
im
u
v
v,
b
t 3
O
CuW
V
v-4;
rl
J O Z
n
b i �
I
0
�
muo
n
RIRIR01
n
mn ,
:fz�
ma
ri C
L
a
a
om
N �
0 �
0 D
o T
0
n
O
L
7
im
u
v
v,
b
t 3
O
CuW
V
v-4;
rl
J O Z
n
b i �
I
0
}
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Approved by toe City Council
this 20 day Of December 1976.
'07'L, 41
s George,
CONTRACT DOCUMENTS
FOR
12 -INCH
WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
Submitted by:
.- -
2g6l W. VAW.A :-,r 8w0 4L, raw-
Address
4s! a! �.,� Ox C.0, 911863
City Zip
$L- cl l
Telephone
w23 ?84,00
Total Bid Price
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 10:30 A.M. on the 7 day of January 1977 ,
at which time they will be opened and read, for performing work as follows:
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
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 to he Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
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.)
0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) 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 $5.00 per set.
A standard "Certificate of Insurance for Contract Work for City" form has been
adopted by the City. This form is the only certificate of insurance acceptable
to the City. The successful low bidder will be required to complete this form
upon award of the contract.
For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds,
and Faithful Performance Bonds must be an insurance company or surety company
licensed by the State of California. The companies must also have a current
General Policy Holders Rating of A or better; and a Financial Category of at
least Class X as per the latest edition of Best's Key Rating Guide (Property -
Liability).
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 Resolu-
tion No. 8950 adopted December 13, 1976. 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 contractor shall be responsible for com-
pliance with Section 1777.5 of the California Labor Code for all apprenticeable
occupations.
The contractor shall post a copy of the prevailing wage rates at the job site.
Copies may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
Revised 12 -14 -76
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 words 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. ZSII�,o4 Classification ,A
Accompanying this proposal i
, Certified ChecK, Cashier's ChecK or
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 ofAhis contract.
_ 21 -L- C a
Phone Number
Date I
WILP09,1AW—M 0a
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:
PQJMI prom —
'5VC&C §"
V
ENGINEERS � CONTRACTORS
WITON CONSTRUCTION COMPANY, INC.
2901 W. VALLEY BLVD. • SUITE P - ALHAMBRA, CALIFORNIA 91803
PHONE: 282.9129
January 7, 1977
City of Newport Beach
3300 Newport Blvd.
Yewport Peach, CR11"ornia
Attention: Eldon Davidson
Subject: 12" Water Mpi.n Connection
Contract 1710
Gentlemen:
Attached hereto please find a copy of our Balance Sheet
for September 30, 1976.
SURVEYORS
Wa submitt the followin professional efficiency references:
City of Signal Hill
Ohio Avenue Water Main Improvements
$27,700.00
City of Long Beach Harbor Department
Ships Service ?dater Line ND —S1214
$58,900.00
Water Services to Pier A East HD -91149
$32,900.00
City of Buena Park
a?� Water Conversion Project
$12,500.00
Our sub — contractor for the Boring will be:
Blake Williams Road Boring
Post Office T30x 327
Seal Beach, California 90740
Should you require any additional informnt.ion please call
our office.
Very truly yours,
WITON CONSTRUCTION CO., INC.
Ted K. Pendleton, President
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12
„ • 1
V ��.� �i
I
cxy.ac� o'J
Type of Organization
(Individual, Co- partnership or Corp.)
2y61 Ki. yA l &,jQ -UITc D
��rr.
d .
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
i
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 acknowled ement of
Attorney -in -Fact
By
Title
Surety
pa
79 40 766
saw
A STOCK COMPANY - ESTABLISHSO 1800
i1
.yMYIde®8i1 C® pmy
HOME OFFICE 0 MARYLAND BALTIM ORC
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, --- --- -------------------- WITON CONSTRUCTION COMPANY,_ INC' - - - - - - - - - -
------------------------------------------------ ---------------------------------------------- as Principal, (hereinafter called the "Principal'), and
the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, Of Baltimore, Maryland, a corporation duly organized
under the laws of the State of Maryland, as Surety, (hereinafter called the "Surety "), are held and firmly bound
unto CITY OF NEWPORT BEACH
----------------------- -----------------...-----.._....--------------------------`------......----------------- --- -----._...--------------._..
--- ---- --- -- ------ ------------------------------------------------ --- ------------ ----- --- ----as Obligee, (hereinafter called the "Obligee "),
i
Ten percent (10 %) of the amount of the attached bi
in the sum of-Ten ------ . ............... .._...---- -- ---- -----------.....- --- ---- -- o7Tars (E- -- --- -- --..
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for ........................._......_..._._......-........_._..._.... __._...- .- .---------- ..-- - - - - -_
12" Water Main Connection Contract 1710
------------------------------------------------'----- - ---- --------- ------ --- ----- --- ---- ----- ----- ----- - ------------- ------ --------------------------------------------------
...... .............------------------------------------'---------------------------------------...-------------'--- ------ ---- --- -- ------ --- --- - -- ................. --------------- --
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into
a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be.
specified in the bidding or contract documents with good and sufficient surety for the faithful performance of
such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal
shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount for which the Obligee may in good faith contract with another party to perform the work
covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Signed and sealed this------- - - - --- 7th--- -------- --------------- -------- -day of. --- January. A.D. 19- .77-..
WITON CONSTRUCTION COMPANY, INC.
--------- . ----------- ----------------------------------------------------------- . (SEAL)
Principal
- ----- ----- --- --- ---- --- -- --- - -- -----------------------'---------------------------
Witness BY:
itle
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
l Surety
(SEAL)
....................................._...- .- .._._..-`---..........._.._. .................... B _ ___ �/ ..._....... -_ _____ _ SEAL
Y
-D.
Cl d Coo er
Premium included in Witness P Title Attorney -in
Fact
Bid Bond Undertaking
C325d -100M, &74 196240
Approved by The American Institute of Architects.
A.I.A. Document No. A -310 February 1970 Edition.
°
Ow
j
x
0 o
Z
Z
m
O
i
Oy
0 00
)
x
U GG66
y W
30 37VH39 NO
,PQ
u u
o
t
W
a
oi
o.
11
STATE OF CALIFORNIA
SS:
-
-------- --------- - - - - -- COUNTY OF LOS ANGELES
On --- .--------- January y 1977 -, before me, the undersigned, a Notary Public of said county
and state, personally appeared.- . .... - -- ._Clifford D. Cooper
- ------------------------- ------ ------------------I--- ---- ---- ------- ------ ---- --------
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.
>. OFFICIAL SEAL
GEORGIA J. TIEK
m NOTARY PUBLIC -CAL PORNIA
LOS ANGELES COUNTY
My Commission Expires "nv. 1. 1977
1151 EI Centro St., South Paudena, CA.J
tit.R
Gear J. �Siek Notary Public
• 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 corporation of the State of
Maryland, by JOHN C. GARDNER , Vice- President, and C. M. PECOT, JR. Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, which reads as follows:
"The President, or any one of the Executive Vice- Presidents, or any one of the additional Vice - Presidents specially author-
ized 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 ali 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 Clifford D. Cooper of South Pasadena, California,,,
tM-fFU_e 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:
I. Bonds and undertakings for faithful performance of duty to be filed in any Court of any State of the United States, or in any
United States Court, each in a penalty not to exceed the sum of ONE HUNDRED THOUSAND DOLLARS ($100,000) as follows: For ad-
ministrators and executors; committees for incompetent persons; conservators; commissioners; guardians; referees and trustees
for the sale of property; receivers and trustees in bankruptcy proceedings; receivers in equity; trustees under will; persons and corpora-
tions exercising powers of sale in deeds, mortgages, and other written instruments covering property located in any state of the
United States, EXCEPT ASSIGNMENTS FOR BENEFIT OF CREDITORS.
H. Bonds and undertakings to be filed in any Court as aforesaid, each in a penalty not to exceed the sum of SEVENTY -FIVE
HUNDRED DOLLARS ($7,500) as follows: For the payment of costs; for petitioning creditors; for plaintiffs in attachment, garnishment,
sequestration and replevin suits; for removal of suits from State to Federal Courts.
I I I. Bonds each in a penalty not to exceed the sum of TEN THOUSAND DOLLARS ($10,000) required of State, County,Township
or Municipal Officials, of any State of the United States, whether elected or appointed, except those for Treasurers, Deputy Treas-
urers, Tax Collectors, Deputy Tax Collectors, Sheriffs, Deputy Sheriffs, Police Constables and Justices of Peace.
IV. Bonds for Notaries Public required by the Laws of any State of the United States, each in a penalty not to exceed the sum of
FIVE THOUSAND DOLLARS ($5,000).
V. License bonds, each in a penalty not to exceed the sum of TEN THOUSAND DOLLARS ($10,000) required by the Statute of any
State of the United States or by Ordinance of any Municipality in any State.
VI. Bid, Proposal and Final Bonds and undertakings guaranteeing contracts for
the construction or erection of public or private buildings, improvements, and
other works, and guaranteeing public and private contracts, for supplies; provided,
however, that the aforementioned authority does not embrace any bond or under-
taking guaranteeing a contract in excess of the sum of TWO HUNDRED THOUSAND DOLLARS
($ 200, 000) ................................ ...............................
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, Maryland, in their own proper persons.
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
tiu
Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this ......... 3ril .......... day of.....ly ................. A.D. 19 -73..
ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND
( SIGNED) ----------- .................................. St --- kl _PE PTI .... JR,-- By.----.. ..... ................................ - ...... JOHN C GARDNER
(SEAL) Assistant Secretary Vice- President
STATE OF MARYLAND
CITY OF BALTIMORE SS:
On this 3rd day of July , A.D. 1973 , 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) ... _._ ..... .._......._ .......... ......._._ ..._......STAIQih.4.ti...X -s... L.'Ybl!rA[ur
(SEAL) Notary Public Commission Expires --- Jl11S!-_Z-,-- _]_9- 7.4 ......
,
CERTIFICATE
1, 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 1
do further certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially
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 is 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 TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this
7t ^c 7e..rn v 77
-------- ------ - - -- ------- -_---------- - - - - -- ...............day of ----------- _.._.._..-_.. ...�......... ............. ..... 19......
L1427 Ctf. 199300
Assistant Sec asy
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 agree-
ment 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 arrangement or agree-
ment 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 materialman 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 inducement 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 whomsoever 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
thi s__,�day of JAAtXAPV ,
My commission expires:
11-1-7-7
ETW0 FTCTAL L
Gr'0^GIA J. TIEK
OTAkr PtAt;C CAt.;FORNIA
l05 A;N3ELES COUN7Y
CammissionExplres:Jov.1.19))
1151 a vgfitm St, S'Wh FMMd.. ,, a&
/r_
a r&44
otary Public
w 0
(UNAUDITED)
CURRENT ASSETS:
Cash in bank and on hand
Cash in savings and loan associations
Construction contracts receivable
Refund of Federal income taxes
Prepaid expenses
TOTAL CURRENT ASSETS
LESS: CURRENT LIABILITIES:
Accounts payable
Payroll taxes withheld
Accrued payroll fringe benefits
Equipment contract payable
Billings in excess of costs and estimated
earnings on uncompleted contracts
TOTAL CURRENT LIABILITIES
NET WORKING CAPITAL
ADD: OTHER ASSETS - automobiles and trucks, less
depreciation of $4,036 and
$5,886
- equipment, less depreciation
of $530 and $492
- advance to Witon Co. (a co-
partnership of major stock-
holders)
TOTAL NET ASSETS
NET ASSETS ARE REPRESENTED BY:
CAPITAL STOCK, $1.00 par value per share,
10,000 shares authorized and outstanding
RETAINED EARNINGS (per accompanying statement)
September 30,
1976 1975
$20,870 $ 5,895
1,114 3.945
4,966 46,788
- 1,431
410 410
$27,36
$ 9,239 $33,555
209 1,134
398 500
2,150 -
477
1 9 S35,b6�
$15,364 $22,803
4,540 2,590
985 1,024
2,000
520.889 5288417
$10,000 $10,000
10,889 18,417
z�D 8,_8_ z8 41
,,.t_
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement .0'.'his financial responsibility
or agrees to submit a statement within 24 KO#'" after the bid opening if he
is the apparent low bidder.
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.
—igne
0 0 PR 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the
the Notice Inviting Bids, has examined the Plans (Drawing No. W- 5110 -5) and
Provisions, and hereby proposes to furnish all materials and do all the work
complete Contract No. 1710 in accordance with the Plans and Specifications,
in full payment therefor the following unit prices for the work, complete in
work, has read
the Special
required to
and will take
place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1 1 Install approximately 55 linear feet of 24 -inch
Lump Sum diameter jacked steel casing, 72 linear feet of
12 -inch diameter, Class 200, A.C.P., gates valves,
and appurtenances as shown on the plans, complete
and in place
Tw Ea-r( Tw «a rtG -M,, 50.J0 "rwO
@ HU.+e445a 61L-A+77 44..W Dollars
and
$ 23 Tick 00
Z. 1 Guard underground construction
Lump Sum t
@ �v_mw 144 a/ zwwD Dollars
and
wig Cents $ SoO • 00
Lump Sum
TOTAL PRICE WRITTEN IN WORDS /
1NC,at-( INS li WS&J2 J&rJ �6wW" lE(tarjnf J4✓M Dollars
' and
n1a Cents $ Z3 ?89. O0
Contractor's License No. - .91i-L.04
Date JA-W T, 19'1'7
WL-M" 1.n.1V&UG'T 0,J &)C. _
Bidder's Name
Contractor's Address 2qa 1 1J. VA �
i.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
FOR
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC COAST HIGHWAY
AND
NEWPORT BOULEVARD
1976 -77
Item
CONTRACT NO. 1710
Page
I.
Scope of Work . . . . . . . . . . . . . . . . . . . . . . .
. . 1
II.
Work Schedule and Completion of Work . . . . . . . . . .
. . 1
III.
Work within State Highway Right of Way . . . . . . . . . .
. . 2
IV.
Work and Storage Areas . . . . . . . . . . . . . . . . . .
. . 2
V.
Surface Runoff Water Control . . . . . . . . . . . . . . .
. . 2
V.I.
Payment . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VII.
Permits . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
VIII.
Construction Survey Staking . . . . . . . . . . . . . . . .
. . 3
IX.
Guarantee . . . . . . . . . . . . . . . . . . . . . . . . .
. . 3
X.
Protection of Existing Utilities . . . . . . . . . . . . .
. . 3
XI.
Flow and Acceptance of Water . . . . . . . . . . . . . . .
. . 3
XII.
Guarding Underground Construction . . . . . . . . . . . . .
. . 4
XIII.
Disposal of Waste Material . . . . . . . . . . . . . . . .
. . 4
XIV.
Water . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . 4
XV.
Liquidated Damages . . . . . . . . . . . . . . . . . . . .
. . 5
XVI.
Construction Details . . . . . . . . . . . . . . . . . . .
. . 5
A. Surplus Material . . . . . . . . . . . . . . . . .
. . 5
B. Jacked Steel Pipe Casing . . . . . . . . . . . . . .
. . 5
C. Asbestos Cement Pressure Pipe . . . . . . . . . . . . .
. . 5
D. Aggregate Base . . . . . . . . . . . . . . . . . . . . .
. . 5
E. Asphalt Concrete . . . . . . . . . . . . . . . . . . .
. . 5
i.
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
12 -INCH WATER MAIN CONNECTION
AT
PACIFIC�C -AST HIGHWAY
AND
NEWPORT BOULEVARD
CONTRACT NO. 1710
0 SP of
I. SCOPE OF WORK
The work to be done under this contract consists of the installation of approx-
imately 55' of 24 -inch jacked steel casing, 72 linear feet of 12 -inch diameter,
Class 200, A.C.P., gate valves, and related appurtenances across Pacific Coast
Highway easterly of the Arches Interchange. The contract requires the completion
of all the work in accordance with (1) Special Provisions, (2) The Plans (Drawing
No. W- 5110 -S), (3) the City's Standard Special Provisions and Drawings, (4) City
of Newport Beach Standard Specifications and, where applicable, (5) the California
Standard Specifications, January, 1975 and the California Standard Plans, January,
1975. The City's Standard Specifications are the Standard Specifications for
Public Works Construction, 1976 Edition. Copies may be purchased from Building
News, Inc., 3055 Overland Avenue, Los Ange.les,California 90034, Telephone (213)
870 -9871.
Copies of the City's Standard Drawings and Special Provisions may be purchased
from the Public Works Department at a cost of $5.00
If there is a conflict in methods of measurement between the City's Standard
Specifications and the California Standard Specifications, the City's Standard
Specifications shall take precedence.
II. WORK SCHEDULE AND COMPLETION OF WORK
Within 10 days after notification of award of contract, the contractor shall
submit to the engineer for review and approval a detailed work schedule in
accordance with Section 6 -1 of the Standard Specifications. Work on this con-
tract shall not start until the contractor's schedule has been approved by the
engineer.
See Section III of these Special Provision for the work schedule and traffic
control requirements for work within the State Highway right -of -way.
The contractor shall complete all work on this contract within 45 consecutive
calendar days after notification of award of contract or within 14 consecutive
SP 2. of 5
` calendar days after work is started on the project site, whichever occurs first.
1 III. WORK WITHIN STATE HIGHWAY RIGHT -OF -WAY
This contract requires completion of all work within the State of California
Department of Transportation Right -of -Way (State Highway 1 and Old Newport
Boulevard) to be done in accordance with the requirements of State Encroachment
Permit attached hereto.
All work requiring traffic control or lane closures on State Highway 1 (Pacific
Coast Highway) shall be done during the hours of 11:00 P.M. to 7:00 A.M. Special
arrangements may have to be made for delivery and placement of materials (asphalt
concrete, etc.) to insure that the work is completed within the above time require-
ment.
The contractor shall be responsible for payment of all charges imposed by the
State of California Department of Transportation under Permit 776 -U- 783957 includ-
ing but not limited to inspection cost and replacement of obliterated striping and
pavement markings.
IV. WORK AND STORAGE AREAS
The contractor shall confine his operations to the area within the easement and
the State Highway right -of -way unless he has written permission to enter and /or
use the adjacent private property. In addition the easement and State right -of-
way area may only be used while actually performing work. The contractor shall
obtain an off -site location for storage of equipment, material and employee
parking.
It is the intent of the above requirements that the work site be cleared of all
equipment, material and etc. during non - working times and that the traffic flow
of Pacific Coast Highway is not disturbed.
V. SURFACE RUNOFF WATER CONTROL
Surface water containing mud, silt or other deleterious material from the project
shall be treated by filtration or retention in a settling basin or basins, suffi-
cient to prevent such waters from entering storm drains or the bay. The contractor
shall submit a plan for implementing siltation control concurrently to the City
and to the California Regional Water Quality Control Board, Santa Ana Region
(6833 Indiana Avenue, Suite 1, Riverside, California 92506, Telephone (714) 684 -9330,
Mr. John Zasadzinski), prior to commencing construction. Upon approval of the plan
by the City and the Board, the contractor shall be responsible for the implementa-
tion and maintenance of the control facilities. The contractor's attention is
called to Subsection 7 -8.1 of the Standard Specifications as regards project
site maintenance.
SP3of5
VI. P_AYMENT
Payment for all incidental items of work not separately provided for in the
Proposal shall be included in the unit price bid for the various items of work
and no additional compensation shall be made.
VII. PERMITS
In addition to the State Encroachment Permit, the City has obtained a permit to
discharge waste water from the County Sanitation Districts of Orange County and
a project permit from the South Coast Regional Coastal Zone Commission.
VIII. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
contractor. All such surveys, including construction staking, shall be under
the supervision of a California licensed surveyor or civil engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various items
of work and no additional allowance will be made therefor.
IX. 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 what-
soever. Any such defects shall be repaired at the contractor's expense.
X. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction work,
the contractor shall request each utility company to locate its facilities. Con-
i
struction of the water main will cause work to be performed near existing sewer,
gas, water, storm drain, telephone and electrical lines. The contractor shall
protect in place and be responsible for, at his own expense, any damage to
utilities encountered during construction of the items shown on the plans.
XI. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface -water and ground -water or other waters may be
encountered at various times and locations during the work herein contemplated.
The contractor, by submitting a bid, acknowledges that he has investigated the
risks arising from water and has prepared his bid accordingly. The contractor
shall conduct his operations in such a manner that storm or other waters may pro-
ceed uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted if
public or private properties are not damaged, or in the opinion of the engineer, are
not subjected to the probability of damage. The contractor shall obtain written
. SP4of5
permission from the property owner before any diversion of water outside the street
right -of -way will be permitted by the engineer.
All water removed from excavations utilizing existing County Sanitation District
sewer lines as outfalls shall be pumped to a portable settling box of a size and
configuration capable of removing suspended solids from the dewatering operation.
The discharge nozzle from the box shall have a 22" standard fire hose connection.
The discharge from the box shall be metered and placed into the nearest gravity
sewer manhole. The discharge from the box will be periodically sampled by the
Orange County Sanitation District No. 5. One standard fire hydrant meter will be
furnished to the contractor and may be obtained from the City's Utility Division
at 949 West 16th Street.
All costs involved in the handling of surface -water and ground -water shall be
included in the price bid for other items of work.
XII. GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1 of the Standard
Specifications and these Special Provisions.
Guarding - The walls and faces of all excavations over 5 -feet in depth shall be
effectively guarded by a shoring system or other equivalent means. Trenches
less than 5 feet in depth shall also be guarded when examination indicates
hazardous ground movement may be expected.
The contractor shall obtain a permit to perform excavation or trench work from
the Division of Industrial Safety, State of California, prior to any construction.
The cost of providing all necessary information to obtain the permit and the cost
of complying with the provisions of the permit shall be included in the lump sum
price bid for guarding underground construction.
XIII. DISPOSAL OF WASTE MATERIAL
Prior to dumping any spoil or waste material from the job site at any sanitary
landfill site in the County of Orange, the contractor shall obtain a "Permit to
Dispose of Demolition" from the City Public Works Department. There is no charge
for this permit.
XIV. WATER
If the contractor desires to use available City water it shall be his responsi-
bility to make arrangements for water purchases by contacting the City's Utilities
j Superintendent, Mr. Tom Phillips, at (714) 640 -2221.
SP5of5
XV. LIQUIDATED DAMAGES
Liquidated damages shall be in accordance with Section 6 -9 if the contractor
fails to complete the work within either of_ the time limits specified in
Section II of these Special Provisions. _
XVI. CONSTRUCTION DETAILS
A. Surplus Material
All surplus material from the project shall become the property of the
contractor and shall be disposed of away from the job site in a manner
and at a location acceptable to all cognizant agencies.
B. Jacked Steel Pipe Casing
The jacked steel casing shall conform to the applicable provisions of
Section 306 -2 of the Standard Specifications except as herein modified.
The contractor will be permitted a tolerance on the jacked steel casing
from exact grade or alignment of plus or minus 2- inches. If the hot tap
to the existing main is made after the jacked steel casing is installed,
the alignment tolerance can be up to 6- inches.
The lump sum price bid shall include full compensation for furnishing
all labor, materials, tools and equipment and doing all the work involved
in constructing the jacked conduit complete in place, including all excava-
tion, furnishing and installing conduit, including all work involved in
jacking the conduit; and doing whatever else is appurtenant to jacking
conduit within the limits shown on the plans.
C. Asbestos Cement Pressure Pipe
The asbestos cement pressure pipe shall conform to Section 207 -7 of the
Standard Specifications. The pipe shall be Class 200.
D. Aggregate Base
Aggregate base shall be Class 2 conforming to the applicable provisions of
Section 26 of the California Standard Specifications, January 1975.
E. Asphalt Concrete
Asphalt concrete shall be Type B conforming to the applicable provisions
of Section 39 of the California Standard Specifications, January 1975.
Aggregate grading requirements shall be 1/2" maximum (coarse or medium)
as specified in Section 39 -202.
n
FORM bH.M -P302 (REV. sao • .
PERMrr No...776!nUw7.7 -83957
DIST. CO. RT[. P.M.
ORA 001 19.76
STATE OF CALIFORNIA
DEPARTMENT OF TRANSPORTATION
UTILITIES ENCROACHMENT PERMIT
To City of Newport Beach
Public Works Dept. - _ -_ -__. LOS._ADgeles_.- _ - - - -_> California
3300 W. Newport Blvd.
Newport Beach, CA 92663 Dated ---- ------ July- 21, -- ------ 19.1j5_
Permittee
I. Subject first to the applicable law, and second, to the terms and conditions Relating to Utility Encroachments
issued by the State of California, Department of Transportation, which by this reference is made a part
hereof, permission is hereby given to jack 65' of 24" diameter steel casing and install
12" diameter water main and pothole on Coast Highway, City of Newport
Beach, ORA -1- 19.76, as shown on the attached plan W- 5110 -S.
In the event ground water or sand is encountered, said jacking opera-
tion shall continue on a 24 -hour per day basis until the entire length of
casing has been installed.
The ends of the casing shall be sealed with 811 PCC plugs.
The pothole #1 and the tie -in to the existing 24" water main shall be
performed between the hours of 7 P.M. and 6 A,M., Monday through Thursday
only, during which time the #2 southbound lane on Coast Highway and the
connector ramp between northbound 55 Freeway to southbound Coast Highway
shall be closed to traffic with the use of lighted cones and illuminated
signs.
Backfill material shall have a minimum sand equivalent of 20 and shall
be compacted to a minimum of 95% relative compaction.
Permittee shall secure permission from the adjacent property owner
to locate a portion of the jacking pit on his parking lot.
State forces shall replace all obliterated striping and pavement
markings at the Permittee's expense.
in accordance with your attached Plan No.____. _- _ _ __ __..__ ( CONTINUED)
2. This Permit has been issued by the Department pursuant to:
Complete t ( ) Your Application of.. - --- -- - -- - - ----- Mai -- - ---- - -- - - - -- - , 1976-- -
Proper ( ) Utility Notice No. ___...... __...of __... .... ................. - 1 ... ___ .... ..- 119 .........
Line ( ) Agreement No ................... of ....... _._.. 19 .........
3. This Permit applies only to the work specifically authorized above.
4. Inspection required by Division —Full (X ) Partial ( )
5. This Permit shall be void unless the work hereinabove provided for shall have been completed before
_October-- 21. -_, -- 19.16.., unless time extension granted by separate Rider.
DISTRIBUTION:
2 White to Pennittee DEPARTMENT of TRANSPORTATION
1 White to Mice. Superintendent LONG BEACH
1 Pink to Headquarters Mtce. SIGN SHOP
1 Blue to Dist. Utility Engineer HUNTINGTON BEACH ..._ - - -- ----- - -_ - $. !' L .
1 Yellow to file JWC: mfk Mtnc D(rect o
1 Green to, ----- - TERUZZI -- --- -. - - -- - --- _-------- ------------- ._.__. By ...... - - - - - - W.__CLARK
R. JORDAN t" °`�5: RAYMOND -Info c3 l9 y Ass D-Wrkt Permih Engineer
ORA Attn: SANNITA s o the incorporated Terms and Conditions maybe obtained upon request.
csr. • >.,. u >,.- coo. - >. wM ur> Aw car .I
13 City of Newport Beach -2- 776 -U- 783957
The successful bidder shall post a $2,000.00 Lwo -year bond and
submit an application to construct the work covered under this
permit.
Permittee shall arrange for a pre - construction meeting at the job site
with the State Representative and all other interested persons to dis-
cuss general work requirements, at least 7 days in advance of starting
work.
j This permit shall be kept at the site of the work and must be shown
to any representative of the Grantor or law enforcement officer on
demand.
The attached SUBSTRUCTURES, ILLUMINATED TRAFFIC CONES and BORE sheets
are part of this permit.
STATE OF CALIFORNIA . ORA- 001 -19.76
DEPARTMENT OF TRANSPORTATION
ENCROACHMENT PERMIT RIDER
C OH -M -P 2E (REV. 1/74)
TO BE ATTACHED TO AND MADE A PART OF ENCROACHMENT PERMIT NO. 776 —U- 783957
LOCATION
To
Coast Hwy., City of Newport Beach
City of Newport Beach
Public Works Dept,
3300 W. Newport Blvd.
Newport Beach, CA 92663
°'� RE6EIVEDY'
-1 PYRIIC WDRKS
SEp21197 v
C17 OF s
2 NEWPORT DEACH,
CALIF.
L J =.
COMPLYING WITH YOUR REQUEST OF September 8, 1976 WE ARE HEREBY AMENDING THE ABOVE
NUMBERED PERMIT AS FOLLOWS: Date of completion extended to March 1. 1977
EXCEPT AS AMENDED, ALL OTHER ITEMS AND PROVISIONS OF THE ORIGINAL PERMIT SHALL REMAIN IN EFFECT.
THIS RIDER MUST BE ATTACHED TO THE ORIGINAL PERMIT.
DISTRIBUTION: DATE LOCATION
September 1 6 ;as Angralas
LBCH HM MEDINA SIGN SHOP DISTRICT PERMIT 4NJ31N HO ED REPRESENTATIVE
JORDAN RAYMOND -Info SUMPTER
ORA CO. 3ANIT-
Assist. District Permi
AS:js
MAINTENANCE •
SPECIAL TERMS AND CONDITIONS
D SUBSTRUCTURES
TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO. 776 -U- 783957
A. Inspection Requirements
1. It is imperative that the Permittee notify the State Inspector at least
48 hours prior to starting any work under this permit. State Inspector
Mr. D. Peruzzi Phone 714 -639 -6851 between
I . A or if no answer phone
between :00 AM and :00 PM.
2. All inspection costs incurred incidental to this work shall be borne by
the Permittee unless otherwise specified on the face of the permit.
3. All work shall be performed on weekdays during the normal working hours
(7:30/4:00) of the Dept. of Transportation's inspector unless other times
are specifically authorized.
B. Specifications
Unless otherwise detailed and authorized on the face of this permit, all work
shall be done in accordance with the Dept, of Transportation Standard Speci-
fications dated January 1973 to the satisfaction of the State representative
and the following special provisions:
1. SAFETY AND TRAFFIC CONTROL:
A minimum oLSEE PERMIT lanes shall be provided for traffic in each direction.
In addition, minimum clearance of two feet adjacent to any surface obstruction
and a five -foot clearance between the excavation and the traveled way shall
be maintained.
Provision shall be made for barricades, lights, and flagmen to adequately
protect the traveling public during construction operations in accordance
with the "Manual of Warning Signs, Lights and Devices for Use in Performance
of Work upon Highways ". When necessary for public safety, flagmen shall be
on duty twenty -four hours a day at no expense to the State.
When the permit authorizes installation by the open -cut method, not more than
one lane of the highway pavement shall be open -cut at any one time. After
the pipe is placed in the open section, the trench is to be backfilled in
accordance with specifications, permanent repairs made to the surfacing and
that portion opened to traffic before the pavement is cut for the next section.
2. CONSTRUCTION REQUIREMENTS:
Unless otherwise authorized, pipes and conduits shall be installed in a manner
to provide a minimum clearance of 42- inches between the top of pipe and surface.
P.C.C. pavement shall be scored to a depth of 11 inches by means of a concrete
saw to provide a neat and straight pavement break along both sides of trench;
also, provide an unfractured pavement joint and rigid bonding of pavement
replacement patch.
A.C. pavement shall be scored as required above for P.C.C. pavement except
where in the opinion of the State Inspector the pavement has been cut neat
and straight along both sides of trench to provide an unfractured and level
pavement joint for bonding existing pavement and replacement patch.
7 -MP -13
JUL 74 Rev (over)
Repairs to P.C.C. pavemefshall be made: within j worag days of completion
E of backfill and shall be made of Portland Cement Concrete containing a
minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pavement
shall equal existing pavement thickness. The concrete shall be satisfactorily
cured and protected from disturbance for not less than 48 hours, High early
cement may be required at the discretion of the Dept. of Transportation repre-
sentative.
Repairs to A.C. pavements shall be made within 5 working days of completion
of backfill and shall be made with asphaltic concrete meeting State speci-
fications, with every effort made to match the existing pavement as to color
and surface texture. Replacement of A.C. pavement shall equal existing
pavement thickness but not less than 3 ". Rock base shall be required.
Structural backfill within the existing or proposed roadbed area shall be com-
pacted in horizontal layers not exceeding 8" in thickness using approved hand,
pneumatic or mechanical type tampers to obtain a "relative compaction" of 95
percent using California Test Method 216F. Structural backfill outside of slope
lines and not beneath any roadbed shall be compacted to a relative compaction
of 90%. Backfill material shall have a "Sand Equivalent" value of not less
than 20 as determined by the California Test Method 217F, if the excavation
falls within the existing or proposed roadbed. Consolidation by ponding and
jetting will permitted when, as determined by the engineer, the backfill mate-
rial is of such character that it will be self- draining when compacted, and
the foundation materials will not soften or be otherwise damaged by the applied
water and no damage from hydrostatic pressure will result. Ponding and jetting
of the u per 4' below finished grade is not permitted. When po—ndc ng an
Te7ring Is permirred, material ror use as s ruc u=ackfill shall be placed
and compacted in layers not exceeding 4' in thickness. Ponding and jetting xt.
methods shall be supplemented by the use of vibratory or other compaction equip-
ment when necessary to obtain the required compaction.
By accepting this permit, the Permittee agrees to pay all laboratory costs in
conection with the necessary tests which may be required by the Dept. of Trans-
portation engineer to determine the sand equivalent value of the backfill
material or the trench backfill compaction. It is further understood that
the frequency of such tests shall not exceed one test per 1500' of trench at
elevations of not less than every 2' of backfill depth.
Prior to starting the trench backfill, the Permittee shall make the necessary
arrangements with the Dept. of Transportation or a private materials testing
laboratory to conduct these tests.
Repairs to asphalt shoulders shall be made with asphalt concrete to match the
existing shoulder.
Concrete sidewalks or curbs shall be cut to the nearest score marks and re-
placed equal in dimensions to that removed with score marks matching existing
score marks.
When installation is to be made by boring or jacking under the traveled way,
excavations on either side of the road shall be sufficiently distant from the
edge of pavement to insure pavement stability and minimum obstruction to
traffic as determined by the State's representative.
If considered necessary by the State's representative, the Permittee shall at
his expense, pressure grout from within the casing and /or from the top of
pavement, the area between the pavement and the casing in order to fill any
voids caused by the work as covered under this permit.
Service connections must be installed at an angle of 90 degrees from the
center line of the State highway which the main line traverses.
r
ILLUMINATED TRAFFIC CONES
ATTACHED TO AND M. ^.DE A PART OF PERMIT NO. 776 -U- 783957
Illuminated traffic cones shall conform to the following
provisions:
Illuminated traffic cones shall be furnished, placed and main-
tained at the locations specified by the Department of Trans-
portation's representative in the field at no expense to the
State.
Cones shall be made of highly pigmented, translucent, fluo-
rescent, red - orange, polyvinyl chloride. The cones shall be
a minimum of 28 inches high with a base at least 14 inches
square.
The cones shall be illuminated by setting each cone over an
operating lighting unit placed directly on the pavement.
The lighting unit shall consist of a 6 -volt, dry cell battery
and a 3 -watt lamp. The battery shall be of sufficient capacity
to operate the lamp at full brilliancy for a minimum of 8 hours
anc shall be provided with a polarized receptacle on top which
will accommodate a lamp socket and lamp. Reflectorized tape
with a pressure sensitive adhesive shall be placed over the
top of the battery to reflect the light upward prior to insert-
ing the lamp socket and lamp. The lighting unit shall be
weatherproof and shall have maximum dimensions of 3" x 3" x 6 ",
There shall be a minimum of two batteries in good working order
for each cone at the job site at the start of each working
night.
Permittee shall replace batteries in the lighting units, when,
in the opinion of the Inspector, the brilliancy of the lamps
becomes inadequate.
Illuminated traffic cones damaged from any cause during the
progress of the work shall be immediately repaired or replaced
by the permittee at his expense.
All work shall conform to the "Manual of Warning Signs, Lights,
and Devices For Use In Performance of Work Upon Highways ".
7 MP -618
Sept 73 Rev
i Cb
SPECIAL CONDITIONS FOR BORING OPERATIONS
TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 776 -U- 78'957
All boring operations shall be made without the use of
water or air excepting that a minimum amount of water supplied
from a container mounted on operator's equipment may be
used for bit lubrication only, if approved by and used in
the presence of a Division of Highways' representative.
If considered necessary by the Division of Highways'
representative, the Permittee shall, at his expense, pressure
grout from within the casing and /or from the top of pavement,
the area between the pavement and the casing, in order to
fill any voids caused by the work as covered under this
permit..
Rev 8 -24 -72
M
0
"The permittee for himself, his personal representatives,
successors in interest and assigns, as part of the con-
sideration hereof, does hereby covenant and agree (1)
that no person on the ground of race, color or national
origin shall be excluded from participation in the use
of said facilities, (2) that in the construction of any
improvements on, over, or under such land and the
furnishing of services thereon, no person on the ground
of race, color or national origin shall be excluded from
participation in, denied the benefits of, or otherwise
be subjected to discrimination, and (3) that the permittee
shall use the premises in compliance with all other require-
ments imposed by or pursuant to Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Nondiscrimination in
Federally- assisted programs of the Department of Trans-
portation- Effectuation of Title VI of the Civil Rights
Act of 1964, and as said regulations may be amended.
"That in the breach of any of the above non - discrimination
covenants, the State of California, shall have the right
to terminate the permit and to re -enter and repossess said
land and the facilities thereon, and hold the same as if
said permit had never been made or issued."
• • ORM OHM -P -4 IREV. 7.731 . BONI) No...
PRINCIPA) —.__..__..._. —__.— ... .._... .. .. _._
LOCATION____ EFFECTIVE DATA' —_
DIST. CO. RT. P.M.
BOND
[Highway Encroachment Permit]
Know All Men by These Presents:
WHEREAS, The hereinafter named principal has made or will make application to the DEPARTMENT OF
TRANSPORTATION, of the State of California, for the issuance of a permit —, in accordance with and subject
to the provisions of Article 2, Chapter 3, Division 1 of the Streets and Highways Code, as amended; for
construction of the following described improvements:
— ; and
WHEREAS, said applicant may apply for and said Department of Transportation, of the State of California,
may grrant a renewal of said permit, and
WHEREAS, said Department of Transportation, acting by and through its duly authorized officers, has
determined and required that said applicant shall file a bond to the people of the State of California conditioned
for the proper compliance with the requirements of said legislative act and the regulations thereunder of said
Department of Transportation, and precedent to the taking effect of such permit.in the penal sum of --- _
— __Dollars ($---- -_ - -).
Now, THEREFORE, The undersigned principal and— __- -__
est. oa. anee.voo aa�'JM p os�
? a corporation organized and existing under the laws of the State of- - - -_ -- — _... —, and
authorized to transact business in the State of California, as surety, are held and firmly bound in the whole sum
__Dollars ($ —,___ _ —___), lawful money of the
United States of America, unto the people of the State of California, hereinafter designated as the obligee
herein, for the payment of which sum, well and truly to be made, we hereby bind ourselves, our heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents.
The condition of this obligation is such that if the said principal, his, their, or its heirs, executors, adminis-
trators, successors, and assigns shall properly comply with the requirements of said Act of the Legislature of
the State of California, hereinbefore referred to, and of the terms and conditions of said permit_, and any
renewal thereof issued by said Department of Transportation, and shall indemnify and save harmless the above
obligees, and each of them, from any and all claims, suits, action or actions of every name, kind and description,
brought for or on account of any damage or injury to the State highway, or any part thereof, or to any real or
personal property, or to any person or persons whomsoever, occasioned by or arising out of any failure of the
principal to comply with any of his or its obligations under any such permit or permits, and shall properly safeguard
said work and the State highway and all bridges and other structures thereon, and shall bear the entire expense
of replacing the highway and every part thereof in as good condition as before, then this obligation to be void;
otherwise to be in full force and effect.
This bond is effective from the date hereof and shall cover any act or omission of the principal under the
permit and renewals thereof. Unless otherwise stated herein, this bond may be canceled upon 30 days written
notice received by the Department of Transportation of the State of California from the surety, providing the
above bounden principal has not commenced performance of the work specified to be performed prior to
said 30 days.
IN WITNESS WHEREOF, We have hereby set our hand and seal this_ - -_ - -_—
day of — __-- ___ - - -, 19–_
PRINCIPAL AND APPLICANT SURETY
BUSINESS ADDRESS BUSINESS ADDRESS
I [•T:i IiII: 9_T�i
JAN 2 g 19-77
0 0
RESOLUTION NO. 8 98 5
By 11119 %111 QUA iL
CITY RF A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO WITON
CONSTRUCTION COMPANY, INC. FOR WATER MAIN
CONNECTION AT PACIFIC COAST HIGHWAY AND NEWPORT
BOULEVARD, CONTRACT NO. 1710
WHEREAS, pursuant to the notice inviting bids for
work in connection with the 12 -inch water main connection at
Pacific Coast Highway and Newport Boulevard, in accordance with
the plans and specifications heretofore adopted, bids were
received on the 7th day of January, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Witon Construction Company, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Witon Construction
Company, Inc. for the work in the amount of $23,789.00 be
accepted, 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 24th
ATTEST:
City Clerk
e
day of January , 1977.
Mayor
DDO /bc
1/21/77