Loading...
HomeMy WebLinkAboutC-1148(A) - Reconstruction of Bulkhead and Groin at "N" Street BeachNUL (O Paura Lsaios, City Clerk 3300 Newport Blvd. Newport Beach, California 92660 2521 NOTICE OF COMPLETION PUBLIC WORKS BOON 8622 PACE 225 (RECORDED AT REQUEST ORANGE COUNTY, CALIF. 9:05 AM JUN 5 1968 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested; FREE C4 YOU WILL PLEASE TAKE NOTICE that on May 1% 1968 the Public Works project consisting of Reconstruction of Bulkhead and Groin on which Tr+aun BrothPrc was, the contractor, and United Pacific Insurance Canganv was the surety, was completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach;. the. foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 4, 1968 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on accepted the above described work as completed an qr ered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed..on June 4, 1968 at Newport Beach, California. 61 01 6 41 June 17, 1968 Trautwein Brothers 2410 Newport Boulevard Newport Beach, California 92660 Subject: Surety . united Pacific Insurance Company Bonds . Faithful Performance & Labor and Material Project . Reconstruction of Bulkhead & Groin at "N" St. Beach Contract No.: 1148 Gentlemen: The City Council on May 27, 1968 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Com- pletion has been filed. Notice of Completion was filed with the Orange County Recorder on June 5, 1968, in Book No. 8622, Page 225. Please notify your surety company that the bonds may be released 35 days after recording date. ih cc: Public Works Depar cent Very truly yours, Laura Lagios City Clerk City of Newport Beach �J June 4, 1968 Mr. J. Wylie Carlyle County Recorder P. C. Fox 238 Santa Ana, California 9270 Dear Mr. Carlyle: a Attached for recordation is notice of Ccmnleticn of Public `?o&,s project consisting of Reconstruction of Bulkhead and Groin at "N" Street Beach (C -1148) on which Trautwein Brothers was the contractor and United Pacific Insurance Company was the surety. Please record and return to us. Very truly yoiss, Laura t,�.:rios City Clerk. City of Nevmort Peadh ih Encl. TO: CITY COUNCIL FROM: Public Works Director May 27, 1968 ILI -7 SUBJECT: ACCEPTANCE OF RECONSTRUCTION OF BULKHEAD AND GROIN AT "N" STREET BEACH CONTRACT 1148 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 the Notice of Completion has been filed. DISCUSSION: The contract for the reconstruction of the bulkhead and groin at the "N" Street Beach has been completed to the satisfaction of the Public Works Department. The bid price was: $15,560.00 Amount of unit price items constructed: 15,560.00 Amount of change orders: none Total contract cost: $15,560.00 Amount budgeted in Account #02- 4197 -169: $16,500.00 The Contractor is Trautwein Brothers of Newport Beach, California. Engineering was by the Public Works Department. The contract date of completion is May 24, 1968. All work was completed by May 17, 1968. iA, / oseph . Devlin Public r s Director PD /ldg ! 37 v� CONTRACT NO. 1148 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR RECONSTRUCTION OF BULKHEAD AND GROIN AT "N" STREET BEACH APPROVED BY THE CITY COUNCIL ON ZI5,)22ND DAY OF ma-q,4o—vJ Y, 1168 01w,L c) LAURA LAGIOS, CITY CLFUK I ' ! PAGE I -A (SHEET I OF 2) CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIViAT THE OFFICE OF THE CITY CLERK, CITY HALLS NEWPORT BEACH, CALIFORNIA, UNTIL 10:00A.M.,' ON THE 19th DAY OF February , 196 4 AT WHICH TIME THEY WILL BE OPENED AND READ, FOR PERFORMING WORK AS FO - „'t' RECONSTRUCTION OF ULKHEAD & GROIN AT�' STREET BEACH "'- CMTRACT NO. 1148 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASHO CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUD9D WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWINGS - 1. - PROPOSAL 2. PAGE 4 - DESIGNATION OF SUB- CQMTRACTORS 3� PAGE j1 - BIDDER'S BOND jF PAGE 9 - NON - COLLUSION AFFIDAVIT 5., PAGE IO - CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE 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. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON Of BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9S DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENT, CITY HALL, NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STATNDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODE, 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 SE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN, OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION ND. 6519. A COPY OF SAID RESOLUTION 13 AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. i E J 0 Page lb The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the i ation included in the Resolution No, 6519, this schedule is to be considered *.> art of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (5/1/66) (5/1/67) Carpenters 4,83 Cement Mason Journeyman 4.60 4.84 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Flagman 3.70 3.85 Guinea Chase 3.78 3.93 Laying of all non - metallic pipe 4.01 4.16 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.315 4.4445 0 erat En ineers (7/1/66) (7/1/67) Oiler an signalman (Group 1) 4.38 T- Skiploader (Less 4/5 yd.) (Group 2) 4.62 4.77 Rodman and Chainman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (group 6) 5.26 5.41 Teamsters 5/1/66) 5/j/67) Dump Truck Driver (Less than 4 yes) 35 Water truck driver (2500 gal.to 4000 gal) 4.53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15-- T. 5` Electrician (7/1/66) (7/1/67) Journeyman Wireman 6.11 6.55 (4/28/66) Lather 4.769 Painters (7/1/66) (7/1/67) Journeyman - spray 5.22 .3� 3 Pipe trades Plumber 5.55 5.64 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk i 0 CITY OF NEWPORT BEACH �I RECONSTRUCTION OF BULKHEAD & GROIN AT "N" STREET BEACH CONTRACT NO. 1148 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR1of2 The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, has read the Notice Inviting Bids, and here- by agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1148 in accordance with the City of Newport Beach Drawing No. H- 5032 -S, the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in full payment therefore the following unit prices for each completed item of work, to wit: ITEM ITEM DESCRIPTION PRICE WRITTEN IN 1. Lump Sum Remove Existing Wooden Bulkhead and Groin Stubs UNIT TOTAL PRICE PRICE Six Hundred Fifty Dollars and 660.00 no Cents $ $ Lump Sum 2. Lump Sum Remove Existing Steel Sheetpile Groin Two thousand one hundred Dollars and 2.100.00 no Cents $ $ Lump Sum 0 PR2of2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Construct Poured -in -Place concrete Bulkhead and Groin Stubs complete in place Eight Thousand @ eight hundred fifty Dollars and no Cents $ $ 8,850.00 Lump Sum 4. 72 L.F. Construct Precast Concrete Groin with Coping Complete'in place Fifty Five Dollars and no Cents $ 55.00 $ 3,960.00 Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS Fifteen thousand five hundred sixty Dollars and no Cents TOTAL $15,560.00 2/7/67 . , %ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE SIDDERo IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT.PRICEj, 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 UNDERSIGNED 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 SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATUREO THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING 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 N0. 251 086 CLASSIFICATION A ACCOMPANYING THIS PROPOSAL IS Bidder's Bond CASH5, CERTIFIED CHECK., CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE,, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 673 -1960 PHONE NUMBER L February 13, 1968 DATE 2410 Newport Boulevard TRAUTWEIN BROTHERS BIDDER'S NAME _ (SEAL) (s) Frank Trautwein AUTHORIZED SIGNATURE Raymond F. Trautwein, Jr. AUTHORIZED SIGNATURE Newport Beach, Calif. 92660 Co- Partnership BIDDER'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUALy CORPORATION, CO— PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY TREASURER AND MANAGER IF A CORPORATIONO AND NAMES OF ALL CO— PARTNERS IF A CO— PARTNERSHIPS Paul. A. Trautwein Raymond F. Trautwein, Sr. Raymond F. Trautwein, Jr. 0 • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB —BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB— CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. No CHANGE MAY BE MADE IN THESE SUB — CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. s ITEM OF WORK SUB— CONTRACTOR ADDRESS 2. 3•, 4. 5 6. 7• 8. 9• IO. II. TRAUTWEIN BROTHERS BIDDERS NAME (s) Frank Trautwein AUTHORIZED SIGNATURE - Raymond F. Trautwein, Jr. Co- Partnership TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 2410 Newport Blvd. Newport Beach, California 92660 ADDRESS .i, A (FOR ORIGINAL, SEE CITY CLERKS FILE COPY) . BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENT, PAGE 4 THAT WE, TRAUTWEIN BROTHERS , AS PRINCIPAL, AND UNITED PACIFIC INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten percent (10 %)of the attached bid 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 -� RECONSTRUCTION OF BULKHEAD AND GROINS AT "N" STREET BEACH IN TiIE 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 AND SUNDAY).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 BEANO 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 14th DAY OF February , 1968.. CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) (s)Roy E. Gibson Roy E. Gibson My commission expires Sept. 19, 1968 TRAUTWEIN BROTHERS PRINCIPAL (s) Frank Trautwein UNITED PACIFIC INSURANCE COMPANY SURETY BY (s) Mac R. Renfro, Attorney -in -fact TITLE Attorney in Fact • LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED February 26, 1968 HAS AWARDED TO_.TRAUTWEIN BROTHERS _. HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR _ Reconstruction of Bulkhead and Grohs at 'N' Street Beach IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, 11E (Labor and Material Bond attached) AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS 0 ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS-, 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 SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT 15 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. 0 0 PAGE 6. (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 14205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE 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 CONTRACTOR 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 A ^!� SURETY ABOVE NAMED, ON THE 4th DAY OF March 196. TRAUTWEIN BROTHERS By (SEAL) Ra7mond F'.lJj� Trautwein Jr. _V (SEAL) (SEAL) CONTRACTOR SEE ATTACHED (SEAL) (SEAL) (SEAL) APPROVED AS TO FORM: SURETY CITY ATTORNEY THIS.BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK 0 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED February 26, 1968 HAS AWARDED TO Trautwein Brothers , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Reconstruction of Bulkhead and Groins at W Street Bead IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF. SAID CONTRACT; NOW, THEREFORE, WE, PERFORMANCE BOND ATTACHED AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ARS SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID t0. THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-, MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED 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. • • PAGE 8 (PERFORMANCE BOND - CONTINUED) . AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE. SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT 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 ON 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 4th' DAY OF March 196. TRAUTWEIN BROTHERS By (SE AL Raymond P. Trautwein Jr, '�--� (SEAL) APPROVED AS TO FORM: CITY ATTORNEY (SEAL) CONTRACTOR SEE ATTACHED (SEAL) (SEAL) SURETY t.ra. 0 PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES&Y AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIODERSI WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED) PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TO) OR SHARE WITH ANY OTHER PERSON IN ANYWAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 14th DAY of EahrYagIt 196 _&. MY COMMISSION EXPIRES: r TRAUTWEIN BROTHERS By: Frank Trautweln RAyMond F. Trautwein, Jr. OTARY PUBLIC PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY. , EXPERIENCES SKILLI.AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. TRAUTWEIR BROTHERS Br: Frank Tatubmin 5 IGNED C O N T R A C T • PAGE II THIS AGREEMENT, MADE AND ENTERED INTO THIS LLtb DAY OF MHPOH , 196 -0, BY AND BETWEEN THE CITY OF NEWPORT BEACH] CALIFORNIA) HEREINAFTER DESIGNATED AS THE. CITY, PARTY OF THE FIRST PART, AND TRAIMIN BROTHERS HEREINAFTER DESIGNATED AS THE CONTRACTORS 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 Reconstruction of Bulkhead & Groin at 'N' Street Beach 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, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABORS TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENTS 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 DE- SCRIPTION CONNECTED WITH THE WORK; ALSOI FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS 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 THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS) NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.. 3. THE CITY HEREBY.PROMISES AND AGREES WITH THE SAID CONTRACTOR TD EMPLOYS 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 PROPOSALS AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR - TIES 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 AGREE- MENT. 2/7/67 • PAGE 12 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 CITYO THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEESP FROM ALL CLAIMSp LOSS, DAMAGES INJURYS AND LIABILITY OF EVERY KINDS NATURES AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE:PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSS LOSSI DAMAGE, INJURY, AND LIASILITYO HOWSOEVER THE SAME MAY BE CAUSED2 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 CHj ALIFORNIA BY: MAYOR ATTEST: CITY CLERK TRAUTWEIN BROTHERS CONTRACTOR ( _^ /�ASEAL) BY: / A/ a Raymond F. Trautwein Jr. Faptx; e^ TITLE By: APPROVED AS TO FORM: f N- CITY AT O. HEY TITLE 0 INDEX TO SPECIAL PROVISIONS I. SCOPE OF WORK • • • • • • • , , , , , • , . , . . . 1 II. CONDUCT OF THE WORK • • • • • • . • , • , . . . . . 1 III, COMPLETION OF THE WORK • • • , , . • , . , , , , . 1 IV. SCHEDULE OF WORK • • • • • • , . . . . . . . . . . . 1 V. TRAFFIC CONTROL • • • • • • • , , , , , • , , , . . . 1 VI. CONSTRUCTION SURVEYS • • • • • • • • • • , , , , , . 2 VII. PAYMENT • • • • • • , , . , , . . . . . . 2 VIII. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES• 2 IX. UNFORESEEN DIFFICULTIES• • • • • • • • • , , , . , . 2 X. GUARANTEE. . . . . . • . . . . . . . . . . . . . . 2 XI. PROPOSAL ITEMS AND CONSTRUCTION DETAILS . , , . , . 3 A. REMOVAL OF EXISTING FACILITIES • _ • , . , . • • 3 B. CONCRETE STRUCTURES• . . . . . . . . . . . . . . 3 C. POURED IN PLACE BULKHEAD AND GROIN STUBS • • • • 6 D. PRECAST CONCRETE GROIN WITH COPING • , , , . . . 7 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR RECONSTRUCTION OF BULKHEAD & GROIN AT "N" STREET BEACH CONTRACT NO. 1148 I. SCOPE OF WORK SP 1 of 7 The work to be done under this contract consists of removing an existing wood bulkhead and steel sheetpile groin, and constructing a new poured - in -place concrete bulkhead and precast concrete panel groin at the "N" Street beach. The contract requires all labor, equipment, materials, transportation, and services necessary to complete all the work as shown on the City of Newport Beach Drawing No. H- 5032 -5 (one sheet), and in accordance with the City of Newport Beach Standard Drawings and Speci- fications and these Special Provisions. II. CONDUCT OF THE WORK The Contractor shall maintain the job site in a neat and orderly condition at all times. Any excess spoil or debris shall be immediately removed from the job site. The site shall be returned to an orderly condition as approved by the Engineer as soon as the work is completed. The cost of all removal and cleanup work shall be included in the unit prices bid for the various items of work and no separate compensation will be made therefor. III. COMPLETION OF THE WORK The Contractor shall complete all work on the contract within 90 calendar days after award of the contract by the City Council. Award is estimated to be made on February 26, 1968. ' IV. SCHEDULE OF WORK The Contractor shall meet with the Engineer prior to construction to schedule the work and to discuss phases of the project affecting public convenience. V. TRAFFIC CONTROL Normal traffic flows shall be maintained along Channel Road and Balboa Boulevard during the construction operations at "N" Street. Written permission shall be obtained from the Engineer if it becomes necessary to temporarily restrict traffic along part of the street. This applies to travel lanes only. • VI. CONSTRUCTION SURV 0 SP2of7 Grades and lines will be set by the City. The Public Works Department shall be notified 48 hours in advance when grades or lines are required. VII PAYMENT The prices bid for the various items of work shall include full compen- sation for all materials and labor necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for in the Proposal shall be included in the unit price bid for other items of work. Extra work, as described in Section 4 -03 of the City's Standard Specifications is hereby waived with respect to Bid Items 2 and 4. VIII. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES The Contractor shall be responsible for the protection of all improve- ments adjacent to the work, such as sprinkler systems, lawns, plantings, drain pipes, masonry work, fences, bulkheads, groins, piers, floats, etc. located on either public or private property. If in the course of the work any improvements are removed or damaged, other than those designated for removal on the drawings, then such improvements shall be replaced in kind at the Contractor's expense. The exact location of existing utilities shown or not shown on the Plans shall be verified in the field at the time of construction. The Contractor shall request each utility company to locate their underground lines prior to commencing work. The City does not guarantee the presence or absence of utilities in any location. It will be the Contractor's responsibility to locate and uncover the existing utility lines sufficiently in advance of the work to determine their location and to work around the utilities at his own expense. IX. UNFORESEEN DIFFICULTIES Should unknown conditions, subsurface or otherwise, be discovered during the progress of the work, the City shall be notified immediately. The City will then make a determination as to whether these conditions con- stitute extra work and so notify the Contractor in writing within 48 hours after being informed of the conditions. X. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be immediately repaired at the Contractor's expense. • 0 SP3of7 XI. PROPOSAL ITEMS AND CONSTRUCTION DETAILS A. Removal of Existinq Facilities 1. Removal of Existing Wooden Bulkhead and Groin Stubs at "N" Street The existing wooden bulkhead and groin stubs shall be completely removed within the limits of work and as shown on the plans, The remaining wooden bulkhead - groin adjacent to the existing concrete bulkhead on private property at the west end of the project shall be removed. Existing bulkhead tie rods shall be bent into the proposed poured -in -place bulkhead as shown on the plans. The portion of the wooden bulkhead adjacent to the boat ramp not removed to accommodate the construction will be removed as approved by the Engineer. All facilities and segments thereof removed under this work shall become the property of the Contractor.and shall be disposed of at his expense. 2. Removal of Existing Steel Sheet pile Groin at "N" Street The removal of the existing steel sheet pile groin including wooden coping may be performed by pulling or cutting off at elevation 0.0, M.L.L.W., as shown on the plans. In the event the City elects to accept alternate "A" instead of the original project this item of work will not be performed. All facilities and segments thereof removed under this work shall become the property of the Contractor and shall be disposed of at his expense. B. Concrete Structures 1. General Portland Cement Concrete utilized for all precast concrete panels, coping, and poured -in -place bulkheads and their appurtenances shall be Class D concrete containing Type V Portland Cement (conforming to ASTM C -150), 1;" maximum gradation conforming to Section 13 of the Standard Specifications and these Special Provisions. All exposed concrete surfaces shall be smooth and free of voids to the satisfaction of the Engineer. Portland Cement Concrete in all structures and appurtenances shall develop a strength of 3,000 P.S.I. or more in compression within 28 days. Concrete deposited underwater shall maintain a slump of between 6 and 7 inches and shall be placed by means of a tremie or under- water bottom dump bucket. 0 SP4of7 A tremie shall consist of a water -tight tube having a diameter of not less than 10 inches with a hopper at the top. The tube shall be equipped with a device that will close the discharge end and prevent water from entering the tube while it is being charged with concrete. The tremie shall be supported so as to per m it free movement of the discharge end over the entire top surface of the work and to permit rapid lowering when neces- sary to retard or stop the flow of concrete. The discharge end shall be closed at the start of the work to prevent water entering the tube and shall be entirely sealed at all times, ex- cept when the concrete is being placed. The tremie tube shall be kept full of` concrete. When a batch is dumped into the hopper, the flow of concrete shall be induced by slightly raising the discharge end, always keeping it in the deposited concrete. The flow shall be continuous until the work is completed and the re- sulting concrete seal shall be monolithic and homogeneous. The underwater bucket shall have an open top and the bottom doors shall open freely and outward when tripped. The bucket shall be completely filled and slowly lowered to avoid backwash and shall not be dumped until it rests on the surface upon which the concrete is to be deposited. After discharge, the bucket shall be raised slowly until well above the concrete. Contraction or Weakened Plane Joints Contraction joints shall be constructed at the locations and as shown on the plans. Joints shall be formed by the placement of a polyethylene plastic joint material such as "quick joint" or equal: 3. Contact Joints Contact joints are those made by placing fresh concrete against hardened concrete at locations approved by the Engineer. Con -_ tact joints will be permitted only if the contractor is unable to place the concrete at the "N" Street poured -in -place bulkhead in one continuous pour. Concrete on both sides of contact joints shall be connected by the placement of steel dowels and vinyl waterstoo material as shown on the plans and in conformance with Section 51 -1.14 of the State Standard Specifications. The number 6 smooth steel dowel bars shall be coated with an asphaltic paint to prevent bonding and permit the concrete to expand and contract freely. The coating shall be applied sufficiently heavy to prevent corro- sion of the exposed portion of the bars. Pumped Concrete The Contractor will be permitted to utilize concrete pumping methods to facilitate the concrete placement. Pumped concrete shall be 3/4" maximum aggregate gradation. full compensation for additional equipment and materials required to obtain the minimum strength qualities of concrete required herein will be 0 u considered as included in types of concrete involved allowed therefor. 0 SP5of7 the contract prices bid for the various and.no additional compensation will be Special emphasis is made upon the amount of water and slump test requirements of Section 13 of the City's Standard Specifications. Grouting Structures shall be pointed and grouted in accordance with Section 51 -1.135 of the State Standard Specifications as shown on the plans or as directed by the Engineer. Reinforcing Steel Reinforcing steel shall conform to the requirements of Section 14 of the City's Standard-Specifications except that bar reinforcing may be either intermediate or hard grade bars. Steel shall be placed in accordance with the contract drawings. No separate measurement will be made for reinforcing steel. Payment for reinforcing steel shall be included in the prices bid for the various items of work and.no additional compensation will be allowed. Structural Excavation and Backfill Structural excavation and backfill shall conform to Section 19 -3.01 of the State Standard Specifications.and these Special Provisions. Backfill shall have a relative compaction of not less than 90 %. The cost of structural excavation and backfill shall be included in the price bid for the various bid items of work and no addi- tional compensation will be allowed. Precast Concrete Groin Panels Curing and Strength Precast concrete groin panels shall have smooth finishes on both sides. The panels shall be kept continuously wet with water for at least ten (10) days after pouring and shall be allowed to cure for a least 28 days before being lifted, jetted or driven. This 28 day curing requirement may be de- creased if test cylinders of the concrete from which the groin panels were poured develop a strength of 3,000 P.S.I. or more in compression. Handling Handling methods shall avoid any appreciable bending or cracking while lifting and placing the precast concrete groin panels. Care shall be given to avoid breaking or chipping of the edges. Damaged or inferior groin panels shall be re- placed at the Contractor's expense. • Jetting Minimum equipment required one inch jet pipes supplied 500 G.P.M. at approRimately shall be performed with two 0 SP6of7 for jetting shall consist of three by pumps capable of delivering 250 P.S.I. pressure. Side jetting jets to maintain alignment. C. POURED IN PLACE BULKHEAD AND GROIN STUBS General The construction of the poured -in -place bulkhead and groin stubs Number 1 and 2 shall be at the locations shown on the drawings. It is anticipated that rocks may be encountered in the general area of the bulkhead which will protrude into the bulkhead sec- tion. Large rocks protruding more than (1) one foot above the foundation line shall be doweled with #6 bars to the satisfaction of the Engineer. Groin Stub Number 1 shad -1 als_Q be doweled to the existing rock bulkhead near the boat ramp as shown on the plahs. The Contractor shall.exercise extreme care while constructing Groin Stub Number 1 to protect the adjacent pier pile. The portions of the concrete boat parking slab removed for the con- struction of Groin Stub Number 1 and the bulkhead shall be re- placed in kind by the Contractor. The existing electrical service line to the harbor light will be abandoned in place. A temporary service line with slack has been laid across the construction area by others. The Contractor shall place a 2" I.D. Polyvinyl Chloride, Schedule 40, plastic pipe sleeve in the bulkhead to accommodate a future service line, Both ends of the sleeve shall be wooden plugged. The blockouts in the bulkhead for the 14 "water main and the sub- marine telephone cables shall be constructed as shown on the plans. Exact location and clearance dimensions shall be determined in the field after exposure. All timber backing shall be structural grade heart redwood conforming to the standard specifications for grades of California Redwood of the Redwood Inspection Service. Redwood shall be Wolman treated to a minimum of 1/2 inch penetration. All spikes shall be hot dipped galvanized. The telephone cables will be lowered to a minimum elevation of +3 feet M.L.L.W. by the Pacific Telephone Company at time of construction. Alternate "A" The City reserves the right to.omit from the contract the removal of the existing steel sheet pile groin and construction of the pre- cast groin and coping. If the City elects to omit this work, the Groin Stub Number 2 Alternate "A" shall be constructed, r SP7of7 The existing wooden groin portion shall be removed and the steel sheet pilings cut and embedded in the new concrete groin stub as shown on the plans. 3. Payment The lump sum price bid for the poured -in -place concrete bulkhead, and groin stubs, shall include full compensation for constructing the bulkhead, Groin Stub Number 1 and Groin Stub Number 2, Alternate "A ", and all incidental items of work as shown on the plans and specified herein. D. Precast Concrete Groin with Coping Panel units and coping shall be placed tight against Groin Stub Number 2. In the event that this item is omitted from the contract, Groin Stub Number 2, Alternate "A ", shall be constructed. Measurement for payment shall be made along the groin panels. • Bond No. B 549112 • • LABOR AND MATERIAL BOND • CALIFORNIA - PUBLIC CONTRACT • • KNOW ALL MEN BY THESE PRESENTS, that TPAUTWEIN BPOTHEPS • • as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation author- • • ized to execute bonds in the State of California, as Surety, are held and firmly bound unto • • City of Newport Beach • • as Obligee, in the sum of Seven- thousand - seven - hundred - eighty and no /100ths • • ---------------------------------------------- Dollars ($71780.00 • • or w c 'sum bind ourselves, our heirs, executors, administrators, successorsand assigns, jointly • • and severally by these presents. • • THE CONDITION of the above obligation is such that, Whereas the Principal on the 26 day • • ofFebruary 1966 , entered into a contract with the Obligee for • neccnstructicn of bulkhead and groins at "N" Street Beach. • Contract No. 1148 • APPROVED AS TO FORM • Dated: S Mar-a4 1948 • • CITY AVrORNEY .1y -L� 4-- • • Now, THEREFORE, if the said Principal or his subcontractors shall 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 work or labor thereon of any kind, or for amounts due under • the Unemployment Insurance Act with respect to such work or labor, as required by the provisions of • • Chapter 3 of Division 5, Title 1 of the Government Code of the State of California, and provided that • • the claimant shall have complied with the provisions of said Code, the Surety will pay for the same, in • _..... ._fi n n amount not exceeding the sum specified in this bond and also in case suit is brought on the bond, • a reasonable attorney's _ Tee to Ve fiTxa by the -Court, then this obligation shall-be -void, otherwise to • • remain in full force and effect. • This bond shall inure to the benefit of any and all persons entitled to file claims under Section 1192.1 • of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit • • brought upon this bond. • V • Signed and sealed this 29 day of February 19 68 • .... ....................... • • • ..................................... ........................MP�11'. • • UNITED PACIFIC IN CE CO • • • • T. ?leston Jay Affoia�er-N -Fqa • • B- 2034 - CAL. • CONTRACT • PUBLIC • PAYMENT • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 4i-4 • • • x4 i State of California County of Orange s5t On Feb. 29 1958 before me, the undersigned, a Notary Public in and for said County, personally appeared T. bJeston Jay known to me to 6e the .person whose scribed to the within instrua.e,:• as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and ac paw to me _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h1S s",trO My r Mi$$an C irea / — // v 19_ UNotary Public in and for said 02p�1y:'.1,3.�ia0 B -2004 California m Juror (Artomay -in Fact Acknowledgmant).Ray. 1.65 ..� 'i<'f938glaII. w.y.pvw $ap ,a9. 7(j4 • • • • • • • • 0 Bond No. 13 549,12 PERFORMANCE BOND CALIFORNIA -PUBLIC CONTRACT KNOW ALL MEN BY THESE PRESENTS: That TPAUTidETN SPOTHEnS as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a Washington corporation author- ized to execute bonds in the State of California, as Surety, are held and firmly bound unto Ci.tv of ,Ie�imort Beach • • • • • • • • • • as Obligee,inthesumof Seven- Thcusar,d- Seven- f'undred- F,ipht.v and nc /100th--- • • • ---------------------------------------------- Dollars ($7,780.00 ) for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and • severally by these presents. • • THE CONDITION of the above obligation is such that, Whereas the Principal has entered into a � • contract, dated Feb . 2 6 , 19 6 8 , with the Obligee • • to do and perform the following work to-wit: Peccn.structi cr) of bulkhead and proi.ns • • at " ?I" Street 'each. Ccntract 1148, • • APPROVED AS TO FORM • • Dated: 3 �iA-Wi\ - • • CITY t7ORNEY • By ...... 21.._ ...7:. 4_11"_ Now, THEREFORE, if the said Principal shall well and truly perform the work contracted to be • • performed under said contract, then this obligation shall be void; otherwise to remain in full force • and effect. • • Signed and sealed this 29th day of Fehruary 196.8 _ . ._ _ _ • • �J z .... ......... ........ .. ...... • • • ................................... ............................... (Seal) • i y UNITE"PACIFIC NSU COMPANY T . ' :des ton Jav *�' Pere _ • • 82035 CAL. - CONTRACT - PUBLIC - PERFORMANCE • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • State of California County of Orange 1 ss: On FEb . 29 196 before me, the undersigned, a Notary Public in and for said County, personally ippeare Weston Jay known to me to 6e the person who the within instrun..:: as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and ac 00' ` ,�., 'dEt� he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h_15 My Commission expires L 19,E 0 -2004 Cblifoml. - Jurat (Attorney -in -Fact Acknowledgment) Rev, 1 -65 ER The Mina Casualty and Surety Company ❑ The Standard Fire Insurance Company Hartford, Connecticut To City of Newport Beach City Hall 3300 `1. Newport Boulevard Newport Beach, California LEIj urE&CASUALTY II Date Feb, 28, 1968 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 px, as follows: _ I Name of Insured Trautwein Brothers, et al . Named as additional insured, as their interest may appear, City of Newport Beach, Newport Beach, California Covering Reconstruction of Bulkhead and Groin at "N" Street Beach, IM ITS OF LIABILITY KIND OF INSURANCE _ _ L _ POLICY N0. I EFFECTIVE 1EXPIRATION Workmen's Compensation Manufacturers' & Contractors' Bodily Injury Liability $ 000 $ 000 Property Damage Liability $ 000 APPROVED AS O FORM $ 000 Owners' or Contractors' Protective Bodily Injury Liability $ 1000 $ ,000 CITY AlT9RN � Y p4 ey J Property Damage Liability $ 000 $ 000 Comprehensive Automobile Bodily Injury Liability $ 250 ,000 $ 500 ,000 s 59AL 2245 10/1/67 10/1/68 $ 100 ,000 Property Damage Liability i Comprehensive General Bodily Injury Liability $ 300 ,000 $ 500 1000 $ Soo ,000 same same same $ 10 ,000 $ 25 ,000 Property Damage Liability Bodily Injury Liability $ ,000 $ 000 $ 000 Property Damage Liability $ 000 $ 000 It is hereby unders cod and ag eed that t e policy o which thi. certifi ate re- led matrially cha Red, nor. t e amount o covera thereof aexxc�x4ea^xgt4rA"x reduced, nor the policy allowed to lapse unt (10) to�coommaxvaomatacexoazacavar f Newport t nwcbtait otawectx days after receipt by the City - o the t Y Beach , Newport Beach, California, of a regis ,red a.ritten notice of such cancellation or reduction AutioMed enresen iFF-266verage. AY a 011119M CERTIFICATE FIREIRAN'S FUND INSURANCE COMPANY OF INSURANCE FIREMA 3[7C INSURANCE FUN TKE AMERICAN INSURANCE COMPANY TO:, [] NATIONAL SURETY CORPORATION: t x' City, of Newport Beach. �© AMERICAN [3 ASSOCIATED INDEMNITY CORPORATION j City Hall - - INSURANCE C O M P A N 1 E S 0 AMERICAN AUTOMOBILE INSURANCE COMPANY It 3300 We Newport Boulevard Newport.i8each., California `DATE Feb. 28, 1968 �. This is to certify that the Company or Companies chiNi6fl above.have in force as of the date hereof the following policy or policies: - NAME AND ADDRESS OF INSURED OR EMPLOYER. - Trautwein Brothers, et al. NaTged -' additional insured, as their inter may appear, City of Newport Beach, ructinn of Bulkhead and Groin at eet Beach. Contract 1148 KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIANUTY WORKMEN'S COMPENSATION " .:. Stamtdry EMPLOYERS' LIABILITY - thousand dollars, each person thousand dollars, each accident BODILY INJURY LIABILITY Other Than Automobile' _ - thousand dollors,each person thousand dollars, each accident _ thousand dollars, aggregate products - PROPERTY DAMAGE Liability other than Automobile* - 9.0 thousand dollars, each accident - Excess over Aetna C Fv S 175 thousand dollars, aggregate operations Policy 59 AL 2245 XL93645 10/1/68 175 thousand dollars ,aggregate protective 175 thousand dollars, aggregate products ' 7 thousand dollars, aggregate contractual AUTOMOBILE: Bodily Injury Liability' thousand dollars, each person thouiand dollars, each accident Properly Damage Liability' thousand dollars, each occident Medical Payments - i - each person Comprehensive — Loss of or Damage to the - Actual Cash Value Unless Otherwise Stated Herein Automobile, Except by Collision or Upset - $ but including Fire, Theft and windstorm Collision or Upset - Actual Cash Value less S deductible APPROVED AS TO FORM CITY ATTORNEY 0 ; By 1 DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED It is hereby underlstood and agreed that the policy to which this certificate refers may not be bancelled,naterially changed, nor the amount of coverage thereof reduced:, nor the policy allowed to lapse until ten (10) days after refeipt by the `City Clerk of the City of Newport Beach, Newport Beach, California of a registered written notice of such cancellation or reduction in coveage. It Comprahedsive, so state. If not Comprehensive, for "other than Auto ", list form such as OLT, ELEV., etc. id�evii[1KS�i'�3�3 ./{ ��/ k�iXc�Rcs�.{( ��?( a{ 3Y' ��L�eSI. �bL�f�. �CsX�3i��3�Is�.' �4�{ 3' c3�aGp�s 'c1I�XILt��C��yb'I�sd6ap9¢� i .geqygyq���gx��rLJy�AA�� 7ti7cYSR�S'lSRlitl4iT��3Sl�J USAF/ CTi' lisi{fi�i(�ilsA7L7S-lCiS7S}(AAA - .1�/ � /1L � I._ �3 :'..' �'� 1 STATE SATION INSURANCE FUND EXECUTIVE OFFICES - 525 GOLDEN GATE AVENUE - SAN FRANCISCO 84101 P. O. BOX 807 March 1, 1968 City of Newport Beach CERTIFICATE OF WORKMEN'S Newport Beach, California COMPENSATION INSURANCE THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner to the Employer named below for the policy period indicated.. This Policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the Employer. We will also give you TEN days' advance notice should this Policy be ccaan�ccelled prior to its normal expiration. (.!• Dated: �'ED AS TO fC?iliv! Dated: Employer CITY A RNEY. General Manager Trautwein Brothers onstruction of 2410 W. Newport Blvd. Groin "N" Street, Newport Beach, Calif, 92660 No. 1148 296117 -67 5 -7 -57/68 Bulkhead and Beach Contract .a 6706 2 A itimiTflm Or 09 OM COWTL OF THE c:m or MM T A AWR AiVAIM i A ", M ikECtBg- 3 ` STAB or XW orris Al' "!f" 3T i�.ET WAC*3 (COMM 20, M$) 4 5 WMYASO parsu&at, IM the ngtice twiting bids for Mork 6 consisting of the reconstruction of hulwhaat and Erol'a at "tt" 7 &treet Beach in the City, of fiesart Beach# in accordance Wi0k the 8 plats and speciliastie.;iratoleaelt :tk►a�, bias .were received an y the 19th day of Febreary, i"41464 Publicly spored "d "3a'z"; 10 and 11 VIUMMo 4t ap -eers that the lovest'responsfble bidder 12 therefor is Theist 6rathersi 13 No$ T=L'rM v 110 TT RtsoLVn dot the bid of TrmtwLik 14 Brothers in tamer amount of $15,568 .bie acc*Pt*d and thmt;: Us coatV60t 15 for the construction Mork be aev*V4* to acid bidder. 16 in IT FMWR REMTAO that the Wye seed City Clerk 17 are hereby authorized and directed_ to execute a contract in 18 accordance with.the speaaificatiaes`, bid and this.,* strd on behalf 19 lof the city of U Mgort soactt; and that the Oity Clark be directed zoIto fish an executed copy to the saccesa tel bl&Ur. 21 AVQft= this 26th day *9' 'P*bv=wy O "IMB. 23,1 --^�_� Mayer mmrvv—v TTY-1+ • TO: Public Works Department FROM: City Clerk 0 Date March 7, 1968 SUBJECT: Contract No. C -1148 Project Reconstruction of bulkhead and groin at "N" Street beach. are two copies Attached icxsigned gi* of subject contract for transmittal to the contractor.and bonding company. Contractor: Trautwein Brothers Address: 2410 Newport Boulevard, Newport Beach, Calif. 92660 Amount: $ 15, 560. 00 Effective Date: March 4, 1968 Resolution No. 6706 Laura Lagios LL:dg Att. cc: Finance Department L] CITY OF NEWPORT BEACH PUBLIC.WORKS DEPARTMENT s March 6, 1968 TO: CITY CLERK h FROM-, Public Works Department SUBJECTi RECONSTRUCTION OF BULKHEAD AND II11'AT "N" STREET BEACH '(C-.1148) . : r Attached are three sets of Cort is and one set of.Insurance Certificates `fair the ;; fr prefect. These documents have bden IrW. et4: nd �" . mod, as. noted, by the City Attorney's off! de. When all documents haue been execuod by t 'liwiy0 rtand y...our office, please return your copy an& return Vhe`cdnti!actor.'s and Bonding Company's copies to me. Derek H. White MARE 1968r a Design Engineer qp( of DHW•naj 1 ti Atts: E TO: CITY COUNCIL FROM: Public Works Department r� February 26, 1968 G -Z SUBJECT: RECONSTRUCTION OF BULKHEAD AND GROIN AT 'N' STREET BEACH, C -1148 RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Trautwein Brothers of Newport Beach for $15,560, and authorizing the Mayor and the City Clerk to execute the contract. 2. Authorize the Finance Director to encumber funds in the amount of $16,500. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 10:00 A.M. on February 19, 1968: Bidder Trautwein Brothers, John L. Meek Croft & Neville Lomar Corporation Total Newport Beach $15,560 Wilmington 16,958 Newport Beach 18,099 Huntington Beach 18,580 The low bid is $60 more than the Engineer's estimate of $15,500. The amount budgeted in Account No. 02- 4197 -169 is $11,500. The total estimated cost of the project and amount of funds to be en- cumbered is $16,500, Contract Amount $15,560 Materials by City -0- Materials & Services by Others -0- Contingencies 940 Total estimated cost 16,500 The amount of additional funds to be budgeted is $5,000. These addi- tional funds could be transfered from the surplus in the Sewer Main Replacement Account No. 02- 5597 -140. In the event that these recommendations are approved, a budget amendment is being submitted for Council consideration. The estimated date of completion is May 25, 1968. L )7ublic Devlin rks Director DHW:naj \� � Y �. �:i i _ _ � - .: r 7 CITY OF NEWPORT BEACH RECONSTRUCTION OF BULKHEAD & GROIN AT "N" STREET BEACH CONTRACT NO. 1148 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has examined the Plan and Special Provisions, hat read the Notice Inviting Bids, and here- by agrees to furnish all labor, materials, equipment, transportation, and services necessary to do all the work required to complete Contract No. 1148 in accordance with the City of Newport Beach Drawing No. H- 5032 -S, the City's Standard Drawings and Specifications, and the Special Provisions, and that he will take in.full payment therefore the following unit prices for each completed item of work, to wit: ITEM OUANTITY 1 2. ITEM DESCRIPTION Lump Sum Remove Existing Wooden Bulkhead and Groin Stubs UNIT TOTAL @ Six hundred fifty Dollars and 650.00 no Cents $ $ Lump um Lump Sum Remove Existing Steel Sheetpile Groin Two thousand one @ hundred Dollars and no Cents $ Lump Sum $ 2100.00 ✓ r .A PR2of2 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Construct Poured -in -Place concrete Bulkhead and Groin Stubs complete in place Eight thousand eight @ hundred fifty Dollars and no Cents $ $ a850.00 ✓ 4. 72 L.F. Construct Precast Concrete Groin with Coping Complete'in place @ Fifty five Dollars and no Cents $ 55.00 $ 3960.00 Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS Fifteen thousand five hundred six no Dollars and Cents TOTAL $ 15,560.00 2/7/67 w- a. -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 SASIS.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 UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR 80NO ACCOMPANY- ING 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. 251 086 CLASSIFICATION A ACCOMPANYING THIS PROPOSAL IS Bidder's Bond CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN IO 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. 673 1960 PHONE NUMBER Feb. 13, 1968 DATE TRAUTWEIN BROTHERS _ BIDDER'S NAME _ (SEAL) AUTHORIZED SIGNATURE Raymond F. Trautwein Jr. AUTHORIZED SIGNATURE 2410 Newport Blvd. Co- Partnership BID ER's ADDRESS TYPE OF ORGANIZATION Newport Beach, Calif. 92660 (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO-PARTNERS IF A CO- PARTNERSHIPS Paul A. Trautwein Raymond F. Trautwein Sr. Raymond F. Trautwein Jr. I .. • DESIGNATION OF SUB - CONTRACTORS • PAGE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS NONE' 2 5- 6. 7- 8. 9. 10. II. 12. TRAUTWEIN BROTHERS BIDDERS NAME AUTHORIZED SIGNATURE Raymond F. Trautwein Jr. Co- Partnership TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPCRATION) 2410 Newport Blvd. Newport Beach, Calif. 92660 ADDRESS V I 0 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, PAGE 4 THAT WE, TFAUT�dETN BROTHERS , AS PRINCIPAL, AND UNITED PACIFIC INSURANCE COt PANY , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten percent (100) of the attached b1 (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 -� Pecen.structicn cf bulkhead and Froins at "Td" Street Beach 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 (IO) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).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 VOIDS 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 14th DAY OF February 68 19 CORPORATE SEAL (IF CORPORATION) ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) TPAUTWEIN BPOTHF.PS Q //^ PRINCIPAL lam✓ ITLE Mac P. Penfro. A.tt State of California 1 `County of Orange (S ss: t On February 14 19 6 $ before me, the undersigned, a Notary Public in and for said County, personally appear Mae P PenfrO known to me to 6e the person w p� ® is su ibed to the within instrum­:, as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and 0 _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h_-iz- o t�n pm; Vt act. k to ot A O �ggsi t��s� I My Commission expires Roy E. Gibson 19_ My COIDIDrs_ Esylzes Sept 19, 18f}8 otary Public And for said County .0 -2001 Coftfom m ic - Juror (Atiney -in -Fact Acknowledgment) Rev. 1-65 • NON- COLLUSION AFFIDAVIT 0 PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRES�Wt AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS'SAY� THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS 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 AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIODERSA WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL— MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED, PAID OR DELIVERED TO ANY-PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTS NOR HAS TM.IS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY) DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. r TRAUTWEIN BROTHERS By Raymond F. ra' utwein r� . SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 14th DAY OF February , on MY COMMISSION EXPIRES NOTARY PUBLIC .. . . ................ .. ........................... . . +. ELLEN SIBERT Nctary Public m Star cf California PrC,c: ;al Off!ce in Grange County n.... ................... ............................... MY Commission Expires Jan. 27, 1970 • PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY., EXPERIENCE, SKILL,.AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. Financial statement on file with City of Newport Beach, California. Marine construction of similar type has been performed during the past twenty five years for the City of Newport Beach, City of Long Beach, Macco Corporation, Irvine Company, and various private companies. TRAUT19EIN BROTHERS By 3 IGNED � C' � Y cr J Q' 2 Jd} o az U 0 4 a w `w O = J h- pm - v Q w e d a 7 W g ° w � � N o p - e m W 2 Y J J co W O Li w Wzcn J w Q w W iY Z J f-� - 0 Z F O w t 1 4 O W Z n i 111111111 NI 1� �n�onn IN lllilli:llll,lll u�ilun 4 O W Z n r s a e W U y k 0 1' rs- I N � Y ¢ W � U � � O � � C U v � zd H ¢w O - -1 I-- _Z = - U W Z �- -W � W Q N Z 4 W Z Y J L, I (j.o w W z :n �+-I c� w ¢w Li s z ~ O z F U w u 0 h x SN'YII� m�ali 0 h x / - ( � » � tj % o </ § \yy� §ue\® \� / a \ \\6 yM . \ (4 2\ a { }/ \ = o \ ) \ _ ; � |/ } / \§ © \ \ S S S S R R §� \ \ 2/ q a a �LU �» | | [z I I u± . ..� , , .� C� \ ~ � � � � 6\\ ( ( / / a a �m § LU cl- & AT °N" STREET BEACH CONTRACT NO. 1148 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompauied 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 documents included within the sealed bids which require completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Sub - contractors 3. Page 4 - Bidder's Bond 4. Page 9 - Non- collusion Affidavit 5. Page 10 - Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behaff of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal shall be affixed to all documents requiring at In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- ;sfon "III of Business and Professions' Code. The Contractor '91011 state his license number and classification in the propo- s, Special Provisions, and Contract Documents may be 'ed at the Public Works Department, City Hall, New_ppp{ California, at no cost to licensed contractors. A ' able charge of $2.00 will be required for each set of pi0pg ;, 1 Provisions, and contract documents for others it ed contractors. It is requested that the plans and sp pt-- .,.,ons be returned within 2 weeks after the bid opening g - refundable charge of $2.00 will be required for eack o of Newport Beach Standard Specifications. - +I ity of Newport Beach reserves the right to reject aim 0 s and to waive any informality in such bids. ordance with the provisions of Section 1770 of the L 9, :f;the City ,Council of the City of Newport Beach has'. de lifted the general prevailing rate of per diem wages is 100 1Y in which the work is to be performed for each cra typE �f workman or mechanic needed to execute the contract I& a`sA., forth these items in Resolution No. 6519. of said Resolution is available in the office of the the City of Newport Beach. owing is the schedule of revailing wage rates, 19 a selective list of classifications. Together with information included in Resolution No. 6519, this schedule to be considered a part of these contract specifications. Prevailing Wage Rates - 1966 -67 Classification (Selective Listing) (511166) (5/7/ Carpenters 4.83 Cement Mason Journeyman 4.60 4.8 Laborers General or Construction 3.70 3.85 Asphalt Raker & Ironer 3.91 4.06 Fla man 3.70 3.85 Guinea Chaser 3.78 3.93 Layin of all non - metallic pipe 4.01 4.16 Tunnel classifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) ¢ 315 _ 4.4445 0 elating Englovers (7/1/66) (7/7/67) . Oiler and signalman (Group 1) 4.38 4.53 Skiploader (Less %'yd.) (Group 2) 4.62 4.77 Rodman and Chairman (Group 3) 4.86 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters (511166) (5/1/67) Dump Truck Driver (Less than 4 yds) 4.35 4.50 Water truck driver (2500 gal, to 4000 gal.) 4.53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15 5.15 Electrician (711166) (7/7/67) Journeyman Wireman 6.11 6.55 Lather (4128166) 4.765 Painters (717166) (717167) Journeyman - Spray 5.22 5.33 Pi a trades I�lumber 5.55 5.64 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft 3 li