Loading...
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.