HomeMy WebLinkAboutC-1148 - Combined Harbor ProjectsIt
January 22, 1968
TO: CITY COUNCIL
FROM: Public Works Director
SUBJECT: COMBINED HARBOR PROJECTS 1967 -68, C -1148
RECOMMENDA N
Reject all bids.
2. Au orize t e City Clerk to readvertise for bids to be opened at
10:00 A.M. on February 19, 1968, for the 'Reconstruction of the
Bulkhead and Groin at "N" Street Beach.'
3. Consider rebudgeting of the project for "Construction of the Bulk-
head and Enlargement of the Park Area at the West Jetty and Channel Road"
in the 1968 -69 fiscal year.
4. Authorize the staff to investigate the possibility of Harbor District
participation in the work at the base of the west jetty.
DISCUSSION:
Four bids were received and opened in the office of the City Clerk at
10:00 A.M. on January 15, 1968.
ITI
Trautwein Bros., Newport Beach
TOTAL
$ 53,037.10
Croft & Neville, Newport Beach
56,079.00 rip
K.E.C. Company, Hawaiian Gardens
76,227.50
Continental Contractors, Studio City
100,187.50
Indicated below is a breakdown of the
project costs
and the funds appr z
priated for the work:
iv CO
N
PROJECT
BID
—
BUDGETED
C�
A. Bulkhead at West Jetty
and Channel Road
$35,137.10
$20,000
.\
B. Bulkhead & Groin at "N"
C)
Street Beach
12,820.00
11,500
=i1
z.
C. Groin in Bay Island
n
Channel
1,840.00
6,000*
r:
D. Replenishment of Beaches on
Balboa Island (Groin
at Park Ave.)
TOTAL
3,240.00 3,000
$53,037.10 $40,500
*Dredging of the Bay Island Channel is also to be funded from this
appropriation.
Page 2
January 22, 1968
Subject: Combined Harbor Projects
Rejection of all bids is recommended because the low bid greatly exceeds the
availble funds,
Consideration was given to deleting Construction of the Bulkhead at the
Jetty and Channel Road, however this would constitute a reduction of approximately
60% of the work. It is felt that such a reduction would invalidate the basis for
bidding. The low bidder has also indicated that he would not be in accord with the
deletion.
Informal bids will be solicited for construction of the groin in the Bay
Island Channel so that the channel dredging that follows can be completed before the
summer months.
The Balboa Island Beach Replenishment Project will be reviewed further
with the Balboa Island Improvement Association. This project can also be accomplished
through the informal bid procedure.
oseph Devlin
ublic Wo k Director
DHW /ldg
December 27, 1967
/-f -a
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: COMBINED HARBOR PROJECTS OF 1967 -68 (CONTRACT N0. 1148)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
10:00 A.M. on January 15, 1967.
DISCUSSION:
This contract will include the construction of four projects which were
listed separately in the Fiscal Year 1967 -68 Capital Projects Budget. The projects
are being combined into one contract to take advantage of the lower unit prices
which can accompany construction in larger quantities. The combination should also
result in reduced administrative costs; Each project will be subtotaled separately
in the proposal.
15.
15
°9 F�F Q
The combined contract will include:
A. Construct Bulkhead and Enlarge the Park Area at West Jetty and
Channel Road
This project will provide for the construction of a new bulkhead and
rock fill on the City owned lot at Channel Road and the northerly
terminus of the West Jetty. The improvements to be constructed will
serve the function of the existing deteriorated metal bulkhead and
at the same time increase the size of the park property. Wave energy
will be absorbed by the rock revetment to be placed at the base of the
bulkhead.
The Engineers estimate for the cost of construction is $19,750.00.
Funds available in Account No. 26- 4197 -048 are $20,000.00.
B. Reconstruct Bulkhead and Groin at "N" Street Beach
This project will provide for the replacement of the existing wooden
bulkhead and the wooden portion of the groin at the "N" Street beach
which have partially failed. If the unit price bid is favorable, the
steel pile portion of the groin will also be replaced.
��G " new construction will be with concrete and will retain the maximum
/ch area possible.
T e Engineers estimate for the cost of the construction is $10,000.00.
Funds available in Account No. 02- 4197 -169 are $11,500.00.
To: City Council
Subject: Contract No. 1148
Page 2
C. Construct Groin in Bay Island Channel
This project will provide for the construction of the groin portion
of the project. The 20 foot groin will be constructed of concrete
near the bayward end of Island Avenue. It will provide stability
for the dredging of the Channel that will follow under a separate
contract when the groin is completed.
The Engineer's estimate for the cost of the construction is $1,500.00.
Funds available in Account No. 02- 4197 -170 are $6,000.00 of which
$3,000.00 will be contributed by the Orange County Harbor District.
The cost of dredging is also included in this amount.
D. Replenish Beaches on Balboa Island
This project will provide for construction of a 40 -foot concrete
groin on the beach near the easterly terminus of Park Avenue on
Little Balboa Island. This construction is the first stage of a
yearly program to replenish beaches on Balboa Island. Additional
groins will be constructed and the beaches replenished with sand
between them in future years.
The Engineer's estimate for the cost of the construction is $2,600.00.
Funds available in Account No. 02- 4197 -173 are $3,000.00.
Construction will begin early in March, 1968 and should be completed
within three months,
oseph T Devlin
ublic ks Director
DHW: na j
4i PAGE I —A
SHEET I OF Z)
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00 A.M., ON THE 15 DAY OF January , 1968, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FOLLOWS:
FISCAL YEAR 1967 -68 COMBINED HARBOR PROJECTS 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 ACCOMPANIED BY CASH, CERTIFIED CHECK OR BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
I. — PROPOSAL
Z. PAGE 3 — DESIGNATION OF SUB— CONTRACTORS
e PAGE 14 — BIDDER'S BOND
PAGE 9 — NON— COLLUSION AFFIDAVIT
5. PAGE IO — CONTRACTORS 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 ENGINEERS 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 9, 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 Z 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 BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITENS IN RESOLUTION Nov 6519.
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
0 PAI101B
THE FOLLOWING IS THE SCHEDULE OF PREVAILING WAGE RATES, 1966 -67, FOR
A SELECTIVE LIST OF CLASSIFICATIONS. TOGETHER WITH THE INFORMATION INCLUDED IN
RESOLUTION N0. 6519 , THIS SCHEDULE IS TO BE CONSIDERED A PART OF THESE
CONTRACT SPECIFICATIONS.
PREVAILING WAGE RATES - 1966 -67
CLASSIFICATION (SELECTIVE LISTING).
(5//1/66)
t 6
CARPENTERS
4.83
CEMENT MASON JOURNEYMAN
4.60
4.84
LABORERS
GENERAL OR CONSTRUCTION
3.70
? H5
ASPHALT RAKER & IRONER
3.91
4.06
FLAGMAN
3.70
3. $5
GUINEA CHASER
.7S
�.01
�.9
LAYING OF ALL NON - METALLIC PIPE
1i
TUNNEL CLASSIFICATIONS
VIBRATORMAN, JACK HAMMER, PNEUMATIC TOOLS,
(EXCEPT DRILLER)
4. 1
4.444
OPERATING ENGINEERS
(• )156b
(7/l/67)
OILER AND SIGNALMAN (GROUP 1)
3
4-53
SKIPLOADER (LESS 3/4 YD.) (GROUP 2)
4. b2
4.
RODMAN AND CHAINMAN (GROUP-3)
4.86
5.01
INSTRUMENTMAN (GROUP 4)
4.97
5.12
GRADE CHECKER GROUP 5)
5.1
5.31
PAVEMENT - BREAKER OPERATOR GROUP 5)
5.16
5. t
GRADE -ALL OPERATOR (GROUP )
5.26
5. 1
TEAMSTERS
(. /1/66)
1 67)
DUMP TRUCK DRIVER LESS THAN 4 YDS)
35
4 50
WATER TRUCK DRIVER (250Q GAL. TO 4000 GAL.)
4.53
4.68
BUILDING AND CONSTRUCTION TRADES
(5/1/66)
(v t 6
BRICKLAYER & STONE MASON
15
•11
5.15
ELECTRICIAN
t 66
1 6 )
JOURNEYMAN WIREMAN
55
(4/28/66)
LATHER
4-765
PAINTERS
(7/1/66)
(7/1./67)
JOURNEYMAN - SPRAY
5.22
5.33 .
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
r
INDEX
TO
SPECIAL PROVISIONS
FOR THE
COMBINED HARBOR PROJECTS, FISCAL YEAR 1967 -68
CONTRACT N0, 1148
I. SCOPE OF WORK
1.1 General - Plans - Specifications
II. CONDUCT OF WORK
III. COMPLETION OF THE WORK
IV. SCHEDULE OF WORK
V. PAYMENT
VI. CONSTRUCTION SURVEYS
VII. UNFORESEEN DIFFICULTIES
VIII. PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES
IX. GUARANTEE
X. TRAFFIC CONTROL
XI. PROPOSAL ITEMS AND CONSTRUCTION DETAILS
1 Removal of Existing Facilities
1 -1 Removal of Existing Bulkhead Coping at Channel Road
1 -2 Removal of Existing Trees and Shrubs at the Bulkhead and Rock
Revetment at Channel Road
1 -3 Removal of Existing Wooden Bulkhead and Groin Stubs at "N" Street
G -4} Removal of Existing Steel Sheet Pile Groin at "N" Street
2 Concrete Structures
2 -1 General
2 -2 Contraction.br Weakened Plane Joints
2 -3 Contact Joints
2 -4 Pumped Concrete
2 -5 Grouting
2 -6 Reinforcing and Tie Rod Steel
i
1
1
1
1
2
2
2
2
2
3
3
3
3
3
4
4
4
4
5
5
5
5
5
2 -7 Structural Excavation and Backfill
2 -8 Precast Concrete Pile Panels
2 -8.1 Curing and Strength
2 -8.2 Handling
2 -8.3 Jetting
2 -9 Concrete Bulkhead at West Government Jetty and Channel Road
2 -9.1 General
2 -9.2 _Suggested Sequence of Work
2 -9.3 Poured in place bulkhead connection
2 -9.4 Steel Tie Rods
2 -9.5 Anchor Block
2 -9.6 Payment
2 -10 Poured in Place Bulkhead and Groin Stubs at "N" Street
2 -10.1 General
2 -10.2 Alternate "A"
2 -10.3 Payment
2 -11 Precast Concrete Pile Groin at "N" Street - General
6
6
6
6
6
6
6
6
7
7
8
8
D
Q
0
2 -12 Precast Concrete Pile Groins at Island Avenue and Park Avenue- 10
General
3 Portland Cement Concrete Sidewalk and Patio Slab - General
10
4 Stonework .
10
4 -1 General
10
4 -2 Materials
10
4 -2.1 General
10
4 -2.2 Core Stone
11
4 -2.3 Cap Stone
11
4 -3 Placement
11
4 -3.1 Core Stone
11
4 -3.2 Cap Stone
11
4 -4 Rejected Stone
12
4 -5 Stone Deliveries
12
4 -6 Weighing of Stone.
12
4 -6.1 Scale Method
12
4 -6,2 Displacement Method
12
4 -7 Measurement and Payment 12
5 Topsoil 12
5 -1 Placement 12
5 -2 Materials 13
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
FISCAL YE R 1967 -68
COMBINED HARBOR PROJECTS
CONTRACT N0, 1148
DWG. NO. H- 5032 -S
I. SCOPE OF WORK
1.1 GENERAL - PLANS - SPECIFICATIONS
The work to be done under this contract consists of four (4) separate projects and
locations as follows:
A, Project 1148 -A - Construction of a bulkhead and revetment at the landward ter-
minus of the west government jetty near the intersection of Channel Road and
Ocean Boulevard, consisting of one sheet, Sheet 2 of 5.
B. Project 1148 -B - The reconstruction of an existing bulkhead and groin at "N"
Street and Balboa Blvd., consisting of one sheet, Sheet 3 of 5.
C. Project 1148 -C - The construction of a groin near the Bay Island footbridge
and Island Ave., consisting of one sheet, Sheet 4 of 5.
D. Project 1148 -D - The construction of a groin on Balboa Island in the Balboa
Island Channel near Park Ave., consisting of one sheet, Sheet 5 of 5,
II, CONDUCT OF WORK
The Contractor shall maintain all job sites in a neat and orderly conddition at all
times, Any excess spoil or debris shall be immediately removed from the various job
sites. The sites 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 therefore
III. COMPLETION OF THE WORK
The Contractor shall complete all work on the contract within 120 calendar days after
award of the contract by the City Council,
IV. SCHEDULE OF WORK
A complete schedule showing the Contractor's proposed plan of construction shall be
submitted in writing to the City within ten (10) days after award of the contract.
Work shall not commence on any of the projects until the entire schedule is approved
in writing by the City.
r
SP 2 of 13
The Contractor shall complete the work at the Island Avenue groin and the Park Ave.
groin on Balboa Island within sixty (60) days after award of the contract.
The construction of the bulkhead and rock revetment at Channel Road and the "N"
Street bulkhead and groin may be-scheduled-for any time during the construction
period.
V. PAYMENT
The prices bid for the various items of work shall include full compensation 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 4 and B.
VI. CONSTRUCTION SURVEYS
Grades and lines will be established by the City. The Public Works Department shall
be notified 48 hours in advance when grades or lines are required to be set.
VII. UNFORESE7N DIFFICULTIES
Shc,uld unknown conditions, subsurface or otherwise, be discovered during the progress
of the work, the City shall be'notified immediately, The City will then make a
determination as to whether these conditions constitute extra work and so notify the
Contractor in writing.
VIII PROTECTION OF EXISTING IMPROVEMENTS'AND UTILITIES
The Contractor shall be responsible for
to the work, such as sprinkler systems,
fences, bulkheads, groins, piers, float
property.. If in the course of the work
other than those designated for removal
be replaced in kind at the Contractor's
the protection of all improvements adjacent
lawns, plantings, drain- pipes, masonry work,
>, etc. located on either public or private
any improvements are removed or damaged,
on the drawings, then such improvements shall
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.
IXe 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,
L TRAFFIC CONTROL
SP 3 of 13
Normal traffic flows shall be maintained along Channel Road at "N" Street and at the
intersection with Ocean Boulevard during the construction operations. Written per-
mission shall be obtained from the Engineer if it becomes necessary to temporarily
restrict traffic along part of the street. This is applicable to travel lanes only.
XI. PROPOSAL ITEMS AND CONSTRUCTION DETAILS
REMOVAL OF EXISTING FACILITIES
1 -1 Removal of Existing Bulkhead Coping at Channel Road
1 -2
The removal of the existing coping at Channel Road shall consist of the
removal of the existing ornamental iron fence, concrete patio areas and
the cutting off and removal of the bulkhead coping as shown on the plans.
Extreme care shall be taken to protect existing improvements on private
property,
Initially, only a small portion of the existing coping may be removed to
accommodate construction of the new concrete bulkhead and coping. Upon
completion of sufficient stone revetment and backfill that will afford
protection to the adjacent structure, the remaining existing-bulkhead coping
may be removed.
The removed segments of the existing coping may be placed in the fill and
revetment areas providing that no segment is greater than 3 feet in any
dimension and a minimum of"3 feet of fill material placed over it:
Any walls, sidewalk -patio areas, existing bulkhead and coping and structures
damaged or removed beyond the limits shown on the plans shall be the
responsibility of the Contractor and replaced at his expense.
The lump sum price bid for the removal of existing bulkhead coping at
Channel Road shall include full compensation for the removal of the coping,
sidewalk areas, walls and fences shown on the plans and as indicated herein.
n
The Contractor shall remove the.palm trees and miscellaneous shrubs as shown
on the plans to provide adequate space for his operations.
The Olm trees shall be removed and stored to the satisfaction of the City's
Park and Recreation Director, The storage area shall be at the Channel Road
street end adjacent to the construction site. These trees will be replanted
by others.
The remaining trees and shrubs to be removed will be disposed of by the
Contractor,
The large cluster of palm trees adjacent to the existing steel bulkhead will
remain in place, The Contractar shall remove roots and clumps of this cluster
as necessary for him to install the tie rods as specified herein and as shown
on the plans,
0 •
SP 4 of 13
1 -3 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 poure&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.
1 -4 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 000, M.L,L.W.,
as shown on the plans-
In the event the City elects to accept alternate "A" instead of the orig-
inal 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.
CONCRETE STRUCTURES
2 -1 General
Portland Cement Concrete utilized for all precast concrete panels, coping,
anchors, and poured -in =place bulkheads and their appurtenances shall be
Class D concrete containing Type V Portland Cement (conforming to ASTM
C -150), 1z" 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 underwater bottom dump
bucket.
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 permit free movement of the discharge end over the entire
top surface of the work and to permit rapid lowering when necessary 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, except 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 resulting concrete seal shall be mono-
lithic and homogeneous,
•
0
SP 5 of 13
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.
2 -2 Contraction or Weakened Plane Joints
Contraction joints shall be constructed at the locations andt as shown on the
plans. Joints shall be formed by the placement of a polyethylene plastic joint
material such as "quick joint" or equal.
2 -3 Contact Joints
Contact joints are those made by placing fresh concrete against hardened concrete
at locations approved by the Engineer. Contact 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 waterstop material as shown on the plans and in confor-
mance 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 corrosion of the exposed portion
of the bars.
2 -4 Pumped Concrete
The Contractor will be permitted-to utilize concrete pumping methods to facili-
tate 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 con-
sidered as included in the contract prices bid for the various types of concrete
involved and no additional compensation will be allowed therefor.
Special emphasis is made upon the amount of water and slump-test requirements of
Section 13 of the City's Standard Specifications.
2 -5 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.
2 -6 Reinforcing and Tie Rod Steel
Reinforcing and tie rod 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 and tie rod steel. Payment
for reinforcing and tie rod steel shall be included in the prices bid for the
various items of work and no additional compensation will be allowed.
• 0
SP 6 of 13
2 -7 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 additional compensation will be
allowed.
2 -8 Precast Concrete Pile Panels
2 -8.1 Curing and Strength
Precast concrete groin and bulkhead pile panels shall have smooth
finishes on both sides.''Pile panels shall be kept continuously wet
with water for at least ten (10) days after pouring and shall be
allowed to cure for at least 28 days before being lifted, jetted or
driven. This 28 day curing requirement may be decreased if test cylinders
of the concrete from which the' pile panels were poured develop a strength
of 3,000 P.S.I. or more in compression.
2 -8.2 Handling
Handling methods shall avoid any appreciable bending or cracking while
lifting and placing the precast concrete pile panels-. Care-shall be given
to avoid breaking or chipping of the edges. Damaged or inferior pile
panels shall be replaced at the Contractor's expense.
2 -8.3 Jetting
Minimum equipment required for jetting shall consist of -three one inch jet
pipes supplied by pumps capable of delivering 500 G,P.M'.,at approximately
250 P.S.I, pressure. Side jetting shall be preformed with two jets to
maintain alignment.
2 -9 Concrete Bulkhead at the West Government Jetty and-Channel Road
2 -9,1 General
Extreme care shall be exercised to assure the safety of the existing steel
bulkhead and home adjacent to the project location.
2 -9.2 Suggested Sequence of Work
1. Remove a small portion of the corner of existing coping °to accommodate
precast bulkhead panels,
2, Construct and install precast concrete bulkhead panels, anchor blocks
and portion of tie rods.
3. Construct poured -in -place bulkhead connection to a cold joint at
Elevation 7.
4. Upon adegaate bracing of the-initial portion of the bulkhead connection
the remainder of the harbor side coping may be removed,
• •
SP 7 of 13
5. Construct entire coping and affix tie rods.
6. Construct rock revetment.
7. Remove remainder of old concrete coping.
8. Place topsoil and final cleanup work.
The above procedure is suggested as a convenience only. The Contractor
is responsible for performing the work in :a manner which will accomplish
the'objective and which will prevent any damage to adjacent improvements.
Any desired modifications to the above described sequence of work shall
be discussed with the Engineer prior to• beginning construction.
2 -9.3 Poured -In -Place Bulkhead Connection
The poured -in =place bulkhead connection,is that portion of the work which
connects the precast bulkhead panels and-coping-to the existing steel
sheet pile bulkhead and coping.
Prior to the placement'of the'• concrete- :stem-encasementf(shown as the
shaded area in the plan view of the poured =in -place bulkhead connection
detail on the plans') ,'the affected existing steel sheet piles shall be
cleaned of all loose rust, scale, barnacles, etc. to the satisfaction of
the Engineer.
All vertical reinforcing steel in the connection and reinforcing steel
in the existing coping shall be bent and connected to the coping steel.
The existing-davit shall be removed and. replaced to the satisfaction of
the Engineer.
2 -9.4 Steel Tie Rods
A. General
All exposed steel surfaces °of the tie rods, couplers, and the turn -
buckles between the bulkhead and the anchor block shall be treated
as specified herein, Couplers and turnbuckles shall be field wrapped
and enameled.
B. Cleaning
The rods and turnbuckles shall be °thoroughly cleaned, by wire brushing,
scraping or sand blasting,of all loose mill scale, rust, dirt, old
paint, grease, or other foreign matter that would interfere with
adhesion of the'protecting materials.
C. Priming
After the tie rods and turnbuckles °are clean and dry, they shall be
given one (1) coat of bituminous primer. This priming coat shall be
of good body and substantial thickness but free of runs, drips and
festoons, and shall completely cover all steel surfaces.
* •
SP 8 of 13
D. Enameling
After the bituminous primer is thoroughly dry and hard, the rods and
turnbuckles shall be given one (1) coat of hot bituminous enamel
applied to a thickness of not less than one sixteenth (1/16) of an
inch. This film of bituminous enamel shall be continuous, free of
voids, or holidays, bubbles, blisters, dirt or other defects and shall
be tightly bonded to the steel.
E. Wrapping and Second Coat of Enamel
After the first coat of bituminous enamel is set, the rods and turn-
buckles shall be spirally wrapped with a coal tar saturated 20 -20
mesh oznaberg or equal membrane. The membrane shall be lapped at the
edges not less than one -half (1/2) inch and shall be tight and smooth,
free of wrinkles or bulges. A second coat of hot bituminous enamel
not less than one - sixteenth (1/16) of an inch thick shall be applied
over the wrapped membrane.
F. Materials
The bituminous primer and enamel shall be Bitumastic Priming Solution
and Bitumastic Enamel as manufactured by Wailes Dove - Hermiston Corpor-
ation or equal as approved by the Engineer. All materials shall be
applied in accordance with the manufacturer's directions. Bituminous
Primer shall dry to'a tacky state in three (3) hours and hard to the
touch within six (6) hours. Bituminous Enamel shall not contain less
than twenty (20) nor more than thirty (30) percent inert filler mater-
ial.
Protection of Coating
The Contractor shall exercise extreme care to protect the bituminous
enamel coating during the construction operations. Any damage
occurring to the bituminous - protective coating-shall be repaired to
to the satisfaction of the Engineer.
2 -9.5 Anchor Block
The concrete anchor block shall be constructed to the dimensions and at
the location shown on the plans.
2 -9.6 Payment
The lump sum price bid for the construction of the concrete bulkhead at
Channel Road shall include full compensation'for-constructing and placing
the precast concrete panels, poured -in -place concrete connection, concrete
coping, steel tie rods and appurtances, concrete anchor block, structural
excavations, backfill and other miscellaneous work necessary for con-
structing the bulkhead complete in place as shown on the plans.
2 -10 POURED IN PLACE BULKHEAD AND GROIN'STUBS'AT "N" STREET
2 -10.1 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,
• SP 9 of 13
It is anticipated that rocks - may be encountered�in the general area of
the bulkhead which will-protrude into the bulkhead section. 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 shall also be doweled to the existing rock bulkhead
near the boat ramp as shown on the plans.
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 replaced 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. Poly-
vinyl 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 submarine
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 Red-
wood 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 con-
struction.
2 -10.2 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 precast groin and
coping. If the City elects to omit this work the Groin Stub Number 2
Alternate "A" shall be constructed.
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,
2 -10.3 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, or Groin Stub Number 2,
Alternate "A ", and all incidental items of work as shown on the plans
and specified herein.
2 -11 Precast Concrete Pile Groin at "N" Street
General
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.
3
4
0 0
SP 10 of 13
2 -12 Precast Concrete Pile Groins at Island Avenue and'At Park Avenue
General
Panel units and copings shall be placed tightly against the existing bulkheads
Exact locations to be determined by the Engineer at time of construction.
Measurement for payment shall be made along the groin panels.
PORTLAND CEMENT CONCRETE SIDEWALK AND PATIO SLAB
General
Portland Cement Concrete sidewalk and patio slab, 4" thick, at the bulkhead and rock
revetment at Channel Road shall consist of the replacement of the sidewalk and patio
slab, removed to accommodate bulkhead construction, and extension of the existing
sidewalk as shown on the plans, Portland Cement Concrete sidewalk shall conform to
Section 13 of the City's Standard Specifications. Existing concrete shall be saw cut
to provide a neat and even break from the concrete to remain in place.
STONEWORK
4 -1 General
Stonework shall not be placed against the newly constructed concrete bulkhead
until strength qualities have been achieved in the concrete coping, concrete
bulkhead connection and anchor block. Bulkhead tie rods shall be tensioned and
wrapped prior to stonework placement. Care shall be taken to avoid damaging the
tie rod protective coating and the existing submarine telephone cable,
4 -2 Materials
4 -2.1 All stone shall be sound, durable, hard, free from laminations, weak
cleavages, and undesirable weathering, and of such a character that it will not
disintegrate from the action of the air, water, or the conditions to be met in
handling and placing. All stone shall be clean and free from earth, clay, refuse
and adherent coatings.
All stone shall be angular quarried material with a shape which assures inter-
locking with adjacent stone. Cap and core stone shall have the greatest dimension
not greater than three times the least dimension.
Stone shall conform to the following test requirements. Minimum density is
measured in pounds per solid cubic foot without voids.
A.S.T,M.
Standard
Density
Requirement
Test
Minimum
Apparent Specific
Gravity for Cap Stone
2.65
C- 127 -59
165
Apparent Specific
Gravity for Core Stone
2.16
C- 127 -59
135
Abrasion, Maximum
Percentage
45
C- 535 -65
SP 11 of 13
4 -2.2 Core Stone
Quarried "B" core stone shall be graded within the following require-
ments:
Size of Pieces
4 Tons
1,000 lbs.
200 lbs,
20 lbs.
1 lbs.
4 -2.3 Cap Stone
Percent Smaller by Weight
100
40 - 60
20 - 40
5 -25
0 -5
Quarried "A -6" cap stone shall be graded within the following
weight limits:
Size of Pieces Percent Smaller by Weiaht
Under
10
Tons
100
6 -
1.0
Tons
50
3 -
6
Tons
50
Under
3
Tons
0
4 -3 Placement
Except as otherwise specified, stone shall be placed to the limits and lines
shown on the plans.
4 -3.1 Core Stone
"B" core stone may be placed by dumping, provided that the resulting core
stone section is a reasonably well graded, compact mass in place. Exter-
ior surfaces of the mass adjacent to the top soil fill plane and the cap
stone facing shall be tightly chinked with smaller stone to minimize voids
and to tighten the core mass.
4 -3.2 Cap Stone
"A -6" cap stone shall be placed on completed and accepted sections of
the core stone mass as closely as practicable to prevent damage to, or
displacement of, the core stone.
The outer cap stone layer shall consist of stones not less than 6 tons
in weight, except that smaller stones will be permitted as directed by
the Engineer for proper keying and chinking. The smaller cap stones
shall be placed in the inner cap stone layer with no encroachment of the
smaller stone into the outer layer of cap stone.
Cap stones shall be keyed and set by relocating or placing with a crane,
derrick, or similar approved equipment. In general, the longitudinal
axis of each outer stone shall be normal to the axis of the revetment
and slope downward toward the center of the core mass.
SP 12 of 13
4 -4 Rejected Stone
Rejected stone not suitable as to quality and /or size distribution as required
to complete the work as specified herein or on the plans shall be promptly re-
moved from the construction site at no expense to the City.
4 -5 Stone Deliveries
Stone deliveries may be made by either truck or barge. Delivery truck tractors
and their trailers shall not exceed the legal load limit, Loaded trucks will
not be allowed to enter upon the alley pavement adjacent to Channel Road,
southerly of Ocean Avenue.
4 -6 Weighing of Stone
4 -6.1 Scale Method
Stone weighed by scale methods shall conform to applicable portions of
Section 9 -1.01 of the State Standard Specifications.
4 -6,2 Displacement Method
Stone delivered on barges may have its weight calculated by'the dis-
placement method. In such calculation one cubic foot of displacement
will be defined as 64 pounds of weight. All facilities for verifying
displacement and for determining the relation between draft tonnage,
between depth of water in the hold and bilges, and net stone tonnage
shall be placed on barges by and at the expense of the Contractor. All
barges shall be loaded to approximate level displacement, All barges
shall be plainly numbered. Where the bottom of load compartments is
below the draft of the loaded barge, stone in water will be defined
as occupying 60% of any water-in the compartment with a buoyance of b-1
pounds per cubic foot. Displacement weight for each barge shall be
obtained prior to loading, subsequent to loading, and on arrival at
the construction area-
4 -7 Measurement and Payment
The quantity of each type of core stone and-cap stone placed within the limits
indicated on the plans will be measured in tons (2,000'lbs,) determined by
either scale weights or calculated displacement,_)weights. Copies of scale
tickets and /or records of weights including displacement weight data, shall be
submitted to the Engineer during the progress of the work.
The unit price bid per ton for "B"
full compensation for constructing
the drawings and specified herein.
5. TOPSOIL
5 -1 Placement
core stone and "A -6" cap stone shall include
these items complete in place as shown on
Topsoil shall be placed in the shaded area indicated on the plans in conformance
with Section 10 of the City's Standard Specifications. Compaction shall have
a relative compaction of 90% in lieu of 95% specified in the Standard Specifi-
cations.
0 0
5 -2 Materials
SP 13 of 13
Topsoil shall consist of fertile, friable soil of loamy character, and shall
contain an amount of organic matter normal to the region. Topsoil shall be
capable of sustaining healthy plant life.
EP t :..
l O& 8oz 1338
Rama Gardens.
90715,,,.: h
Craft and Saville
223 21st Street
XNM*rt Dash, California
SubJects Combined Harbor Projects. 1%7-68 (C-4IW
Gentlemen:
This is to infora you that the City Council �►PeoNd the Public
Works Depar- is rosoasendatiea that all bids`fsr the subject
Proseet rae ivad and epaasd by tbs City Clark on January iS;;:-1%8,
be rejected.
Tbia recommendation YY prixerily the result of iasaffialens`` nds.
The Council also autboriaed ns.to readvertisa for bida for tba=
"1000wtruation fe the Bulkhead and Grain at W street Daseh"
Portion of 60 anigissl project. we viii send you ielormtion on
this PMJ*4t several Weeks before the bid opeab W':rbtab is
senedulad for February 19, 1968.
We regret that we are enable to coatings with thtptise project.
We appreetated. your interest in the project and hoji4ft will eon -
tiaua Tour internee in the fates.
Very ,truly F9nrs.
Darek H. White.
Dneias` mss.
DINWisaj
i
i
�k �
C
r
I
Trautwein Brothers
2410 Newport Blvd.
Newport Beach, California 92660
Attention: Mr. John Trautwein
Subject: Combined Harbor projects 1967 -68, Contract 1148
Dear Mr. Trautwein:
As previously mentioned to you over the phones we are viable to con-
tinue with the subject project as conceived because of insufficient
funds.
The City Council approved our recommendation to reject all bids as
received for the combined projects and authorized.us to advertise
for bids for the 'N• Street Bulkhead Project separately. We will
f be doing so in the near future and sincerely hope that you will
submit a bid for that part of the work.
In the meantime we will be requesting bids for the construction
of the groin at Island Avenue, this time on an inforaal basis.
We will send you that information in about a week.
We appreciate your proposal and regret that we are unable to complete
the combined project.
Very truly yours.
Derek H. White
Design Engineer
DHW /ldg
v
x
m
m
a
0
PIR`;
rm0-i
S
M D
z 1
cn z
r
s c
3
J 3
� D
�Z7
{
a�o-ir
-GD -O
r�iR�n
d:lulls
"igloo
t�u��
iai�na
■1�1
■@�IgIA�IA
II�w9�I�I1�Yl�
Pill
rm0-i
S
M D
z 1
cn z
r
s c
3
J 3
� D
�Z7
{
a�o-ir
-GD -O
r�iR�n
CITY 0(�WPORT BEACH
= PUBLIC WORKS
DE41MENT
DEPOSIT
CONTRACTORS
CHECK -OUT LIST
S-RISIG FELLOW CouS' RuCTo2.s, SI.LC,
MALE L%
ro:oo
A.m.
1085- 5231
BID OPENBNO JAWUAIZY
15,1910i3
PROJECT COMBIWED NARBo2 PROJECr 1
19(,7 -1A8
WeRmima DAYS 120
CAI-EMCAl2
G- ) 148
PEA LY T1aB ITTS CohjsTe JcTIoN Co,
DEPOSIT REQUIRED
2
ENGINEER'S ESTIMATE t
3q, 500
NO.
NAME AND ADDRESS
PHONE
DEPOSIT
REMARKS
S-RISIG FELLOW CouS' RuCTo2.s, SI.LC,
MALE L%
1.
P.O. Gox l0
1085- 5231
1- 8- L-7
l?) V s CALIPorc ->QIA Sot
PEA LY T1aB ITTS CohjsTe JcTIoN Co,
2
1500 WEST 7TH STREET
436- /54z
LONG R-ACN CALFOrruIA 90813
PAZAMOUaiT PACIFIe, IKLC.
3.
7844 EAS-, AvEwvc
(03(0-12 coI
_
l
Pn rcglnovur CALI F'o�WIA 90723
(030 -5801
MIGK CO.
SANTA FE AvS.a uE.
587'41(01
-
rr
H.,N -INGr N P.ae.K CAI-tF ur.I 90255
(_Qh) L. LY PAC. F I C Co.
5.
192.$
HE 7-2831
Lo"c - -. e;Eh CI-1 CALI FOfZ. hllA 90802:
HARC0 EN 6II.LEE¢r ti1G
258 C.A IJ �L E>rY JT rs_CE �. .
-IE 2M;h}gL ISLAM D, CALIFU>?NIA 90-131
832 8325
-
"
:>ci{nA ibr Co N:. Trzu CTl hl INC.
tv e.x% a d rrQre s's •
8c,5�
7,
P.0. 8� X 52 pp• ISOK 41%- �,A1�� • 930 \O
0.YN0. Y"IIC
4g2 -1(015
VENTV� ?A CH LI FOG'. tilA 9JUOz
1�
'
JowN L. MEEK Co �srevcrrou Co.� X�,-
8
1o32 \n %EST C- STRECT
-775 -7297
WILMrKI(: "-rol,l CALIF'OQh41 A '70744
D•H. YA2Be000N - (j ENE2AL Co NrRAC.To
_
9.
P.O Box 5(,
s2s -134/
F- uLLE.27-0�L, CALI Fro 2N I A 92(,32
SERVICE C0MST2uGT /0h4 Co OF SO. CAL.
/ p
P.O. Box 831,
_
If
Surf VALL -EY CAUFGR.hLIA ojlj$2
CROFT £1 NEVILLE
II
223 21sr S-rrz EE-r
W(5WP02T LBEACI -1 CALIFOI21JIA 921,bo
G -75 -3728
"
-FR A ur WEIu lkoT IE25
12,
2410 weval -o27- BL_vu.
473 -) 9In0
1,
KIEVJPo2T FSEACH, C-AL.IFOQIdI A 92bb0
uv F. ArK�hL SAN Co.
L3''
Box 259 A, rU W. M.c..�n e� by CFY
824. Z(,C7
1,
1 3
--
LotiG SEA,H, CLALIFOV—"1 A `080
776-- 12.81
/f
-e
2ol
wrl ol.
10
CIT : � OF&PORT BEACH = PUBLiC WORKS DEP*ENT
CONTRACTORS CHECK-OUT LIST
BID OPENING'
WoRxime DAYS /t,46
DEPOSIT REQUIRED
ENGINEER'S ESTIMATE J.;�6a-dov
NO.
NAME AND ADDRESS
PHONE
DEPOSIT
REMARKS
CO�J-rlkl ato-rAL. COI.J-rreA C-rl &I <7.
P'l C- K F- L)
I.T,
4330 -r u a v &J J A A vEj ue
7 to 1e J 748
9-ruo i n Crr Y 0 A I- i rura �i , A
87418
SANTA A &I A 64' L i ;r ba �-J I A
-4 '7 P, IS ZI
� 7" -OdOr
7-e a
33
ED
*'0 � 4412—
1-9-e p
7<-
1<', ks T, C 0 f4 S -r-rz L, C- -7-1 0 Sj CD.
V
M A
23"
&31, V.J. \,40Qb%v2y
A LTA DEN A- CA,tv,00WIA 91
ep,t f, eovrrRvcT-.,,,A1 Co
yy
140 west ✓a,//ey 8114-
cakk
7-2-71-6
a.
� 67
4w, ee,
2�1
q4 3
i--
CITY OF NEWPORT BEACH
PUBLIC_.WORRS DEPARTMENT
3300 W. Newport Boulevard
TO: DEPARTMENT OF THE ARMY
Corps of Engineers
P.O. Box 2711
ATTENTION: Los Angeles, California 90053
SUBJECT: Mr. N.E. Pehrson, Colonel, District Engineer
l
Combined Harbor Projects, 1967 -68 Ref. SPLKO
We are Transmitting the following:
1-71-11e
Date Januarys 12 1960
No. Copies Description
Remarks:
1 Plans, Proposal and Specifications
For your records
Copies to: By:�
Derek H.ahite
Design Engineer
C -1i'ie'e'
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 W. Newport Boulevard
Date janUgpy 9. 196&_
To: Pacific Telephone and Telegraph Co.
311 E. Balboa Boulevard
Newport Beach. California 92661
ATTENTION: Mr, S. Schmuck
SUBJECT: CoMbjned Harbor Projects 1967-68. C -1148
We are Transmitting the following:
No. Copies Description
Remarks:
1
Plans and Specifications
If you have any further questions, please call us at your convenience.
Copies to
By: �i (
Derek H. White
Design Engineer
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 W. Newport Boulevard
TO, Southern California Edison Company
538 Main Street
Huntington Beach, California
ATTENTION: Mr. E.T. Olsen, Customer Service Planner
SUBJECT: Combined Harbor Projects, 1967 -68, C -1148
We are Transmitting the following:
Date january 9, 1968
No. Copies Description
1
Plans and Specifications.
Remarks:
If you still wish to discuss any phase of this project with us, please do
so at your convenience. We still expect to be under construction in March,
1968.
Copies to:
By:
Derek H. White
Design Engineer
January 9. 1965
CconantNr (e)
11th Coast 9wrd.01strict
NOTt"ll Building
19 P1ae Avenue
Long Mach. COMMA 9m
Attention: N.S. Morrill
Chief. Civil Engineering Branch
NNs 4760/22 -74
Dear Sirs
Attached for your, use is on. set of the signed plane and
specification for the subject project.
W have outlined in red the home of .the Special provisions
with which you would be most concerned.
W have included a 2 -inch plastic pipe sleeve. io !M new
wr
bulkhead to accommodate yo new electric oontrol:Cable.
Hopoftliy this is satisfactory. however. PIOUS ;pll•na
At yenr Canrenlence if we ■W be of further astiti e.
Very thly Yours.
Derek H. White
Design Engineer
oft "j
AM
, is
TO
C
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
3300 W. Newport Boulevard
Orange County Harbor District
1901 Bayside Drive
Newport Beach. California
ATTENTION:
Mr. James Ballinger
SUBJECT:
Combined Harbor Projects, 1967 -68, C -1148
We are Transmitting the following:
Date .le_n",a r. tgfa
No. Copies Description
Remarks:
1 Jetty Bulkhead and Rock Revetment
ONE COMPLETE SET OF 5 SHEETS ADDED PER YOUR REQUEST AS OF THIS DATE
Preliminary prints of shoats 3. 4 and 5 were given to you on Decker 29. 1967
for your review.
Copies to: By:
Derek H. White
Design Engineer
Ll
City of Newport Beach
City Hall
3300 Wa►port Boulevard
Newport Beach, California 42660
Attention Mr. Derek H. White, Design Engineer
Dear Sir:
0
(e)
4769/22 -74
21 December 1 967
With reference to your letter of 8 December 1 %7 concerning the "N" Street
bulkhead and groin reconstruction project, a conflict does exist between
the project and the electrical service to our navlyational aid.
we plan to abandon this cable since it be$ been in ace for many years and
we believe any disturbance would destroy it.
A new cable will be temporarily installed prior to the construction. It
will be laid across the top of the existing wood bulkhead with excess slack
so it may be moved as necessary by the contractor. vb n the construction
is completed, the cable will be installed permanently.
It is requested that a 2 -incb plastic pipe sleeve be installed in the new
concrete gravity wall (as shown om your enclosed print) for the cable.
If additional information is required, please call the Civil Engineering
Branch of the Eleventh Coast Guard District at telephone ntnmber 213 -+432 -57711
extension 252.
Your cooperation in this matter will be appreciated.
Sincerely yew a,
N. S. NMI"
Commander, II. S. Coast Guard
Chief, Civil Easineering Branch
By direction of the District Commander
Earl: (1) City of Newport Beach
Drawing No. H- 5032 -S,
Sheet 3 of 5
Cm AWORT REACH m HOC WORKS AmENT
EST B MAT B NG FOSS!
OSVSSSON DATE JcLM '3 \!Mtbt�
9Ts J.y,S .
E3 PREL S M S NASt1P
® F B PEAS.
MIN, a
WOO
N on
'mm_
w
• w I
PREL G44 B NARY
FINAL
i.
S209.0 "MMI
MFWATWMF
r
i I im 1�
�®
♦ r
WE M-
t�
w
.
12�ia�c�
p
i
Mat
__— � EJ•'� 3._.,�.9�MCU �.____ Rx��L�►.. g.- -- 3'-T'ts.�- 35�L��P.a.��....... ..... ..---- -..
~
�
\J ��
CONTRACT NO. 1148 '~
CITY OF NEWPORT BEACH
`
CONTRACT DOCUMENTS
'
FOR
'
RECONSTRUCTION OF BULKHEAD AND GROIN
AT ''N" STREET BEACH
APPROVED BY THE CITY COUNCIL
LAURA LAGIOS, CITY CLEUK
|/
000099
PAGE I -A
(SHEET I OF 2)
z
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVWAT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH,
CALIFORNIA, UNTIL 10:00A.M.,'ON THE 19th DAY of ,February , 196 8, AT WHICH TIME THEY WILL
BE OPENED AND READ, FOR PERFORMING WORK AS FO ..f
RECONSTRUCTION 0 lILKHEAD & GROIN
AT- STREET BEACH
TRACT NO. 1148
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS
DEPARTMENT. EACH 810 MUST BE ACCOMPANIED BY CASH] CERTIFIED CHECK OR BIDDER'S BOND RADE
PAYABLE TO THE CITY OF NEWPORT BEACH, FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
AMOUNT BID.
THE OOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
1. - PROPOSAL
2- PAGE - D£SIG�ATION OF SU8-C"TRACTORS
PAGE 4 - BIDDER'S BOND
PAGE % - NONE -COLLUSION AFFIDAVIT
PAGE 10 - CONTRACTOR'S FINANCIAL STATUS
THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS
SIGNING ON BEHALF OF THE 810DER. 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 SIGNATURE$. IN THE CASE OF A PARTNERSHIP, THE SIGNATURE
OF AT LEAST ONE GENERAL PARTNER'13 REQUIRED.
ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEER'S ESTIMATE. THE ESTIMATED QUANTI-
TIES ARE APPROXIMATE ONLY,, BEING G(VCH 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•, 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 SID OPENING -
A NON-REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH
STATNOARD SPECIFICATIONS.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH 8105.
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 BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAK OR
MECHANIC NEEDED TO EXECUTE THE CONTRACT AND HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519-
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
The following is the schedule of prevailing,wagerates, 1966-67, for a selective
list of classifications. Together w1thtion 'included in the Resolution
No. 0519" this schedule is to be nonsi t of these contract specifications.
Prevailing Wage Rates - I908-67
Classification (Selective Listing.)| Carpenters
Cement Mason Journeyman
Laborers
General or Construction
Asphalt Raker & Ironer
Flagman
Guinea Chase
Laying Of all non-metallic pipe
Tunnel Classifications
Vibratnnnun, Jack Hammer, Pneumatic Tools
(except driller)
Operating i
Oiler and signalman (Group l)
Skip/uader (Less 4/5 yd.) (Group 2)
Rodman and Chainman (Group 3\
Jnstrunentman Group 4
Grade Checker (Group 5)
Pavement -breaker operator Group 5>
Grade -all operator (group 6)
Teamsters
Dump Truck Driver (Less than 4 yes)
Water truck driver (2500 gal,to 4000 gal)
4.83
4.60
3.70
3.91
3.70
3.78
4.01
4.315
4.62
4.86
4.97
5.16
5.16
5.26
4.53
Building and Construction trades
Bricklayer & StoneMaSon 5.15
Electrician
Journeyman Wirenan b.11
(4/28166)
Lather 4.765
Painters
Journeyman - spray 6'22
Pipe trades
Plumber 5.55
Any classification omitted herein shall be the prevailing craft rate.
Overtime, Sunday and Holiday rates are at prevailing craft rates.
3.85
4.06
3.85
3.93
4.16
4.4445
4,53
(7/l/67)
01,
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Lagiov^ City Clerk
N9B000l0l
�
/
>
|
. .
/
/
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 Reach, California
Gentlemen:
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-5032-5, the City's Standard Drawin-gs' 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 QUANTITY ITEM DESCRIPTION UNIT
TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
PRICE
l, Lump Sum Remove Existing Wooden Bulkhead and
Groin Stubs
Dollars
--------
and
no Cents
660.00
mp Sum
2. Lump Sum Remove Existing Steel Sheetpile
Groin
—Dollars
��-- � and
no Cents $
Lump Sum
PQ2of2
ITEM
NO.
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAE
PRICE
3.
Lump Sum
Construct Poured -in -Place concrete
.
Bulkhead and Groin Stubs complete
in l
Eight Thousand
@. eight hundred fifty,
Dollars
and
no
Cents
Lump Sum
4.
72 L.F.
Construct Precast Concrete Groin
with Coping Compl*te'in place
@ Fifty Five
Dollars
and
no
Cents
Per Lineal Fo0t
TOTAL
'
PRICE WRITTEN IN WORDS
thousand five
DollarsFifteen
TOTAL
'
and
| .
! �
000)0j
6M
2/7/67
, ':ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TINES 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 CORRtCTED EXTENSION SHALL BE CALCU'LA.TED 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 (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNA'T'UR€, THE PROCEEDS OF CHECK OR BOND ACCOMPANY!
ING THIS 810 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. 2551 0$5 CLASSIFICATION A
ACCOMPANYING THIS PROPOSAL IS Bidder's Bond
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN ICI PERCENT OF THE TOTAL 810 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.
573-1960
PHONE NUMBER N
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 1
(INDIVIDUAL, CORPORATION, CO -PARTNERSHIP/
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO-PARTNERS IF A COPARTNERSHIPS
Paul. A. Trautwein
Raymond F. Trautwein, Sr.
Raymond F. Trautwein, Jr.
" "B OOM4
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 PRAOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB -CONTRACTOR ADDRESS
NONF
2.
3,-
4.
5-
6.
7-
8.
10.
12.
TRAUTWEIN BROTHERS
BIDDER'S NAME
(s) Frank Trautwein
AUTHORIZED SIGNATURE
Raymond F. Trautwein, Jr.
Co -Partnership
TYPE OF ORGANIZATION
{INDIVIDUAL? COPARTNERSHIP OR CORPCAATION)
2410 ♦s Blvd.
Newport Beach, California 92660
ADDRESS
iIAPB 00019�
PAGE 4
(FOR ORIGINAL, SEE CITY CLERVS FIDE COPY)
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENT,
THAT WE, TRAUTWEIN BROTHERS , AS PRINCIPAL,
AND UNITED PACIFMINSURANCE 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 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 "NOTIC€ INVITING
E3105 it
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 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 , 1968 .
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
(s)Roy E. Gibson
Ray 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
NPB 000106
PAGE 5
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED February 26, 2968
HAS AWARDED To TRAUTWEIN BROTHERS y
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
Reconstruction of Bulkhead and Grohs at W 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, iiE (Labor and. Material Bond attached)
3
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
i
/ t
DOLLARS l )y
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 IS BROUGHT UPON THE BOND, A REASONABLE
ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA.
I NPB 000107'
L
(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 4205 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
i 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
SURETY ABOVE NAMED, ON THE Lth DAY OF March , ( z? •
TRAUTWEIN BROTHERS
By. (SEAL)
Raymond F. Trautwein Jr. t
(SEAL/
(SEAL)
CONTRACTOR
SEE ATTACHED
(SEAL)
(SEAL)
(SE AL
APPROVED AS TO FORM: SURETY
CITY ATTORNEY
THIS.BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
BATE
ATTEST:
CITY CLERK
'
_. :NPB 000108
1
PAGE 7
I
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED February 26, 196$
HAS AWARDED To Trautweln Brothers ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
Reconstruction of Bulkhead and Groins at 'N'•Street„amich
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECI'Fl-
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
DOLLARS ($ ),
SAID SUM BEING EQUAL TO 50,% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID T;0
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-
MENT, WELL AND TRULY TO DE 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 PERFOR14 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.
NPB 000109
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 08LIGATIONSON 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 INSTR ENT HAS BEEN DULY EXECUTED BY'THE PRINCIPAL AND
ge
SURETY ABOVE NAMED, ON THE DAY' OF Mare b 'I I ll-Qa.
TRAUTWEIN Bl OTHERS
By (SEAL)
Raymond f.lTrautwein Jr.
(SEAL
(SEAL
CONTRACTOR
SEE ATTACHED (SEAL)
(SEAL
SURETY
APPROVED AS TO FORM:
CITY ATTORNEY
NPB 000110
NON -COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESI�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 WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE 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 1N ANY_WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
TRAUiWEIN BROTHERS
By: Frank Trautwein
ymond F. TFa-utwein, Jr.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 14t O AY OF Eehnijkrg�,
196__&.
MY COMMISSION EXPIRES.
JACUacy 27. 1
OTARY PUBLIC
PAIL 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 RESPOW BILITY., EXPERIENCE, SKILLy_ANO
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.
TRAUTW IR 6RDTHERS
S I GNED
_z. I NPB 000112
PAGE II
C O N T R A C T
THIS AGREEP9ENT, MADE AND ENTERED INTO THIS 4„tb DAY OF 'arch , 196-61,
BY AND BETWEEN THE CITY OF NEWPORT BEACH; CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND TPAUMZH BROTHERS
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
Reconstruction of Bulkhead I! Groin at IN' 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-
NISHEO 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 DE-
SCRIPTION CONNECTED WITH THE WORK; ALSO, 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 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 W
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.
GREE-MENT.
' NP13 000113
.
ZI7I67
PAGE 12
• 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 B16S 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 RESPONSIBtLIT.Y 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,JCALIFORNIA
BY:40001
kYOR
ATTEST:
CITY CLERK
TRAUT"ArEIN BROTHERS
CONTRACTOR
(SEAL)
BY. L__tZ4�
Ragmond F. Trautwein Jr.
Paptpep -
TITLE
TITLE
APPROVED AS TO FORM:
/• nf-
ClTY AT d NEY
NPB 000114
INDEX
TO
SPECIAL PROVISIONS
I ,
SCOPE 0FWORK , . . . . .^.~. . ,. . ,, . ..
l '
TI,
CONDUCT OFTHE WORK . ` ^ . . ^ . ' . ^. . . -. ,.
l
lII.
COMPLETION OFTHE WORK . . ^ . ...,,' .,. ..
I '
IV.
SCHEDULE OFWORK . .. ..^. ,. . ,. . . ....
l �
V.
TRAFFIC CONTROL . .^^^.., ,. . .... . . .,
l
Vl.
CONSTRUCTION SURVEYS , . . . . . . . . . . . . . , .
2 '
YD.
pAYMENT. , . . . . ^ . ^ . . . . . . ~ . . . , . . .
Z
VIII,
PROTECTION OF EXISTING IMPROVEMENTS AND UTILITIES. .
2 !
IX.
UNFORESEEN DIFFICULTIES, . , . . . . ', . . . , . . .
Z .
X.
GUARANTEE , , . , . . . ^ ' . . , . . .. . . . . . . .
2
Xl,
PROPOSAL ITEMS AND CONSTRUCTION DETAILS . . . . ' ~
3
A. REMOVAL OF EXISTING FACILITIES ` ~ ' ' ' ' ' ' '
J
�
S. CONCRETE STRUCTURES . , . . . , . . . . , . . . .
J �
C. POURED IN PLACE RULKH[AD AND GROIN 3TU83 ` ' ' ^
6
D. PRECAST CONCRETE GROIN WITH COPING ^ ' ' ' ' ^ ^
7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
RECONSTRUCTION OF BULKHEAD & GROIN
TT—T—NT' —STREET BEACH
CONTRACT NO. 1148
I.
SCOPE OF WORK—
SPl0f7
The work to be done under this contract consists of removing an existing
wood bulkhead and steel 6beetpile groin, and constructing a new poured -
in -place concrete bulkhead and precast concrete panel groin at the "M"
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-S (one sheet), and in
accordance with the City of Newport Beach StandardD�rawings and Speci-
fications and these Special Provisions.
Il. 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 he 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.
Ill. 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 he made on February 26, 1968.
IV, SCHEDULE OF WORK
The Contractor shall meet with the Engineer 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 SURVEYS
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 81d Items 8 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, bulkhe6ds, 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.
[X. 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 b 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 Contractorshall guarantee for aperiod 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.
,
XI. PROPOSAL ITEMS AND CONSTRUCTION DETAILS
A. Removal of Existing Facilities
%. Removal of Existing Wooden Bulkhead
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 CnntractVr,and shall be disposed of at
his expense'
2. " 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 oA" instead of
the original projectthis 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 -I50), 111" 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 tr8mie or under-
water bottom dump bucket.
�~ ' � ' - �`�- ` ^~�.�� `~~~.~.`~*��� �/
� f oB000llX
SP4of7
Atremie shallconsist Vfa water -tight t,ube having diameter
of not less than lO 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
perm i t freemovement 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 0f`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 too 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 upVn which the concrete
is to be deposited. After discharge, the bucket shall be raised
slowly until well above the concrete.
2. Contraction or Weakened Plane Joints
Contraction joints shall be constructed at the locations and as
shown on the plana. Joints shall be formed by the placement of a
polyethylene plhstio joint material such as �quick joint" or eqVmli
3, Contact Joints
Contact joints are those made by placing fresh concrete against
hardened concrete at locations approved by ngineer. Con-.
tact 'Vfntg will be permitted only if the contractor is unable to
place the concrete at the nN" Street poured -in-place bulkhead in
one continuous pour.
,
Concrete on both sides of contact joints ll be connected by
the Dlacement of steel dowels and vinyl waierstop material as
shown on the plans and in conformance with Section 51-1.14 of
the State Standard Specifications. The number hsmnOth steel
dowel bars shall be coated with an asphalt# 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.
4, 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
4MMEWA
considered as included in the contract prices bid for the various
types of concrete involved and.no additional compensation will be
allowed therefor.
Special emphasis is made upon the amount of water and slump test
requirements of Section 13 of the City's Standard Specifications,
5. 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.
6' 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 8nd'nV additional compensation will be allowed.
7. Structural ExcavationBackfill
Structural,excavation and backfill shall conform to Section I9~3.01
of the State Standard 8oecifications.and these Special Provisions.
Backfill shall have 8 relative compaction of not less than 90%.
The cost of structural excavati on and backfill Shall be included
in the price bid for the various bid items of work and no addi-
tional compensation will be allowed.
8. Precast Concrete Groin Panels
a. 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 m leant 28 days before being lifted,
jetted or drfven. This 28 day oNrfDg requirement Nay'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 methods shall avoid any appreciable bending or
Cracking while lift1ng 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 ConVractor's expense.
/
NPB0V0l20
SP6of7
c. Jetting
Minimum equipment required for jetting shall CUnSYSt of three
one inch jet pipes supplied by pumps capable of delivering
500 G.P.M. at upprniimately 250 P.S.I. pressure, Side jetting
shall be performed with two jets to maintain alignment.
C. POURED IN PLACE BULKHEAD AND GROIN STUBS
l. General
The construction of the poured -in-place bulkhead and groin stubs
Number l and 2 shall be at the locations 3h0WU 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 (I) one foot above the
foundation line Shall be doweled with #G bars to the Satisfaction
of the Engineer.
Groin Stub Number 1 b8 doweled to the existing rock
bulkhead near the boat ramp as shown on the 016hs.
The Contractor sh8ll.eXerc1se extreme care whi]e,cOnStructing
Groin Stub Number I to protect the adjacent pier pile.
The portions nfthe concrete boat parking slab removed for the con-
struction of Groin Stub Number l 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 blnckVuts 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 u minimum of I/Z 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.N, by the
Pacific Telephone Company at time Of construction.
2. 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 c0ping. If the City elects to omit this work, the
GroinStub Number 2 Alternate '/8" shall be constructed.
'NPB0O6l2l
U
|
SP70f7 '
The existing wooden groin ourt1V0 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 stuh§' shall include full compensation for constructing
the bulkhead, Groin Stub Number 1 and Groin Stub Number 2, `
Alternate "k"^ and all incidental items of work as shown on the
plans and specified her8iA.
D. Precast Concrete Groinwith 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.
TOB 000122
• Bond No. .13 5149112 •
• LABOR AND MATERIAL BOND •
CALIFORNIA - PUBLIC CONTRACT
• KNOW ALL MEN BY THESE PRESENTS, that BPOTTHEPS •
• 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 Nei,iport 3each •
0 as Obligee, in the sum of Seven -thousand. -:even -hundred -eighty and no/100ths 4
NPB 000 123
---------------------------------------------- Dollars ($7 s 7 8 0. 0 0
•for
wK Ru—m-we bind ourselves, our heirs, executors, administrators, successors=and assigns, jointly •
•
and severally by these presents.
THE CONDMON of the above obligation is such that, Whereas the Principal on the 26 day •
•
ofT'e bruary 196 6 , entered into a contract with the Obligee for 0
•
0
Peconstruc-tion of bulkhead and groins at "N" Street
•
Contract No. 1146 •
•
APPROVED AS TO FORM
Dated: 5 MAr-CA IqCe
•
CITY ATTORNEY
ly
•
•
Now, THEREFORE, ifthe said Principal or his subcontractors shall fail to pay for any materials, 0
provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the 0
•
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 9
Chapter 3 of Division 5, Title 1 of the Government Code of the State of California, and provided that 0
the claimant shall have complied with the provisions of said Code, the Surety will pay for the same, in
•
____an amount not exceeding the sum specified in this bond and also in Case suit is brought on the bond,
a reasonable . attorney , s fee to be fl-RO by the -Court, then this- obligation "I _bevoid, 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 0
•
brought upon this bond. 0
Signed and sealed this 29 day Of February 19 68 0
V
i..............
...........
•
.................. ......... ........................... ..t ........ •
UNITED PACIFIC IN C
CE CE COMPANY
�'
•
By-7 .....
to
T e s t on gra Aft-�y-in-h# •
0
6-2034 • CAL, CONTPACT PUBLIC - PAYMENT
NPB 000 123
FIA
Vl
---------- —
'o
t
tw
Q
CL
0 z z
D —
u
u
<
CL
46 0
0
Or t
Yl
4-
L NO
0
v' NP13 000125
•
BondNo.!3 549112
•
PERFORMANCE BOND
•
CALIFORNIA -PUBLIC CONTRACT
KNOW ALL MEN BY THESE PRESENTS: That T�'AUTWETH 9POT)IFT> S
•
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 cf Nte�,Tort [ieach
•
asObligee,inthesumof Seven- Thcusin(1-S even-ff on Cred-Ei pht,v and no/1,00thT
---------------------------------------------- Dollars ($7 780. 00
for which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
• severally by these presents.
TnE CONDITION of the above obligation is such that, Whereas the Principal has entered into a
• contract, dated relo. 2 6 , 19 6 8 , with the Obligee
to do and perform the following work to-wit: Peccns,trkictinn of bulkhead and proinr
• at "N" Street reach. Ccntract 11148.
•
• APPROVED AS TO FORM
•
• Dated- � -
0
• CITY At7ORNEY
By :; —
•
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
a
and effect.
• Signed and sealed this 29th day of Tehruary 196.8
.................
....... .......... ...... ........ ..................... (Seal)
•
UNITED PACIFIC INSURAIqCK omPAW
►
• By...... Ld I .. ....
zeston
Ja-v, C�Y464dtt
T. Wi'�
•
• 6,7035 CAL. -coNTkkCT - PUBLIC • PERFORMANCE
v' NP13 000125
ri
The XEtna Casualty and Surety Company
The Standard Fire Insurance Company
Hartford, Connecticut
To City of iIewport Beach
Cit- Hall
J
3300 '.4. Newport Boulevard
14ewport Beach, California
Er VWX
LWE &CASUALTY
Dale Feb. 28, 1968
Bodily Injury Liability
000
1000
$ 000
$ 1000
$ 000
Property Damage Liability
It is hereby understood
and agreed
that tie
KIND OF INSURANCE
---LIMITS OF LIABILITY
certifiiate
POLICY NO.
f,,Ts maU n12t be canitel,lad,
matgrially
chappe6..,
nor the
Workmen's Compensation
W
;N if _51
W
NFRE
2
reduced, nor the policy allowed
to lapse unt
(10)
Manufacturers' & Contractors'
days after receipt by the City
Cie k o the ty f
Newport
Beach, Newport Beach,
California, of a registered
Bodily Injury Liability
16
written notice of such cancellation or reducti6h Authorized Repm"n
14Y a cam
1%-266verage.
Property Damage Liability
ZR
Owners' or Contractors'
Protective
Bodily Injury Liability
0).
Prop" Damage Liability
V,
59AL 224
0 V
0
Tt" N
M
cib29
Comprehensive General
Bodily Injury Liability
Pr operty Damage Liability
0.00
too
Bodily Injury Liability
000
1000
$ 000
$ 1000
$ 000
Property Damage Liability
It is hereby understood
and agreed
that tie
policy to
which this
certifiiate
re-
f,,Ts maU n12t be canitel,lad,
matgrially
chappe6..,
nor the
mount ol
Covera Rt
thereof
x I kxw"h Wx
reduced, nor the policy allowed
to lapse unt
(10)
days after receipt by the City
Cie k o the ty f
Newport
Beach, Newport Beach,
California, of a registered
16
written notice of such cancellation or reducti6h Authorized Repm"n
14Y a cam
1%-266verage.
NPB 000127
CERTIFICATE' nZEMAN'S FUND INSURANCE COMPANY
OF INSURANCE
THE AMI RICAN lkSVRANCE COMPANY:
f ani E.11C
NATIONAL SURETY COVOILATiON
TO:�. —City'of -Newportee AMERICAN
-ASSOCIATED 1"IMN& C004"AT""
'ik
City Hall lWSUR6KCX COUFAmijiD.*MUtC,4NAUTOMO&Utt4SUltAt4CIC01MPAW
330-0 W' Newport Boulevard
Newpori ��,B each., California Feb. 2 8, 1968
j _6
This is to certify that the Company or Componhndsiitclr .above. hove in force as of the date hereof the following policy or policies:
NAME AND ADDRESS OF INSURED ON EMPLOYES LOCATION OF PROPERTY, DESCRIPTION OF OPERATIONS, BUSINESS CONDUCTED
Trautwein Brothers, et al.. "Named :as
I
additional insured, as their interest Re cong u ctinn of Bulkhead and Groin at
may appear, City of Newport Beach, ti
eet Beach. Contract 1148
Cali f n?,n i
KIND OF INSURANCE
POLICY, NUMBER
EXPIRATION
LIMITS OF LIABILITY
WORKMEN'S COMPENSATION
Statuloty
EMPLOYERS' LIABILITY
thousand dollars, each person
---th!v%und dollars, each accident
BODILY INJURY LIABILITY Other Than Automabil**
thousand dollars,troch person
thousand dollars, ouch accident
thousand dollars, aggregate products
PROPERTY DAMAGE Liability other than Automobile'
9 d thousand dollars, each craidont
Excess over Aetna C & S
175 thousand dollars, aggregate operations
Policy 59 AL 2245
XL93645
10/1/68
17 5 thousand dollari.onrogals, protective
175 lhousaftc! dollars, aggregate products
175 thousand dollars,
AUTOMOBILE.
Bodily Iniury Liability'
thousand dollars, each person
thousand dollars, each accident
Property Damage Liability*
thousand dollars, each accident
Medical Payments
each person.,
Comprehensive — Loss of or Damage to the
Actual Cash Vulva Unless Otherwise Stoted Herein
Automobile, Except by Collision or Upset
but including fire, Theft and Windstorm,
Actual Cash Value lost
Collision or Upset
deductible
APPROVED AS TO FORM
MY ATTORNEY
sr
By V,
tj
I DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED
It is hereby under)ptood and agreed that the policy to which this certificate
refers may not be �ancelled $ ueterially changed, nor the amount of coverage
thereof reduced,;, nor the policy allowed to lapse until ten (10) days after
refe . ipt by the tity Clerk of the City of Newport Beach, Newport Beach, Califor 'ia,-(
coverage. of a registered written notice of such cancellation or reduction in coverage.
•—If Cor —Apt4the "IV , so state. if not Comprehensive, for -Other than Auto", list form such at Ott. ELEV., etc.