Loading...
HomeMy WebLinkAboutC-1224 - Short Street Bulkhead, and Short Street & 32nd Street Tidal StructureMay 4, 1970 Penhall Marine, Inc. 223 21st Street Newport Beach, California Subject: Surety : General Insurance Company of America Bonds No. : 839613 Project . Short Street Bulkhead and the Short and 32nd Street Tidal Structures Contract No.: 1224 The City Council on February 24, 1970 accepted the work of subject project and authorized the City Clark to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on March 9, 1970, in Book No. 9233, Page 982. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department 9oox 9233 vAci 982 el i 444-1 RECORDED AT REQUEST OF 7 GiY Di NE11V6Nf 6flEN "- IN OFFICIAL RECORDS OF NOTICE OF COMPLETION ORANGE COUNTY, CALIF. FREE 9;05 AM MAR 9 1970 PUBLIC WORKS C8 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 25, 1969 the Public Works project consisting of Short Street Bulkhead and the Short Street and 32nd Street Tidal Structures on which Pehhall Marine, Inc. was the contractor, and General Insurance Company of America was the surety, was completed. VERIFICAT I, the undersigned, say: CITY OF NEWPORT BEACH orks Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 26, 1970 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 24, 1970 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 26. 1970 at Newport Beach, California. E jo A18� 11003N ra<- • r 0 TO: CITY COUNCIL 0 0 February 24, 1970 FROM: Public Works Department SUBJECT: ACCEPTANCE OF SHORT STREET BULKHEAD AND TIDAL CONTROL STRUCTURE (C -1224) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: 'Y The contract for the construction of the Short Street bulkhead and tidal control structure has been completed to the satisfaction of the Public Works Department. The bid price was: $ 15,709.98 Amount of unit price items constructed: 15,859.34 Amount of change orders: none Total contract cost: 15,859.34 Amount budgeted in Account No. 02- 4197 -195: 15,709.98 The additional funds required will be included in the mid -year budget adjustments. The contractor is Penhall Marine, Inc. of Newport Beach, California. Design was by the Public Works Department. The contract date of completion was November 12, 1969. All work was completed by November 25, 1969. It is recommended that liquidated damages not be assessed because the delay in completion was largely due to very difficult working conditions and no significant inconvenience or damage resulted from the late completion. Joseph. Devlin Public 'Works Director GPD /bg 0 0 CITY OF NEWPORT BEACH CALIFORNIA Date: March 4, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Short Street Bulkhead and the Short Street and 32nd Street Tidal Structures Contract No. 1224 on which Penhall Marine, Inc. was the Contractor and General Insurance Co. of America Please record and return to us. LL:dg Ertel. was the surety. Very truly yours, Laura Lagios City Clerk City of Newport Beach 0 a CITY OF NEWPORT BEACH Date Auauet 6, 1969 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1224 Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor.and BorgUM QMPMy, Contractor: pull KatJ De. I=. Address: 223 91aet St.wato 110th Amount: $ I_g g8 Effective Date: A4M gt 4. 1969 Resolution No. 9022 adopted on jute 23. 1969 :g LL:dg Att. cc: Finance Department El 0 WY C- LM iCt< CONTRACT NO. 1224 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES Approved by the City Council on this 26th Day of May, 1969 a ra Lagios, CitVC. I erc NOTICE TO BIDDERS: • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1224 CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD and the SHORT STREET AND 32ND STREET TIDAL STRUCTURES ADDENDUM NO. 1 June 10, 1969 Please be advised that sealed bids will be received at the office of the City Clerk, City Hall, Newport Beach, California 92660, until 10:30 A.M. on the 17th day of June, 1969, and will be opened and read at that time rather than.on the 16th day of June, 1969 as stated in the Notice Inviting Bids. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. D Derek H. White Design Engineer Date CONSTRUCTION OF THE SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES CONTRACT NO. 1224 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting. Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1224 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 30 Construct P.C.C. Bulkhead and Lineal Ft. Appurtenances @ Two Hundred Sixty -Five Dollars and Nin Cents er Linea o0 Lump Sum Construct Tidal Control Structure #1 at Short Street Including Appurtenances @ Three Thousand Two Hundred Dollars and Fifty Six Dollars Cents Lump Sum Lump Sum Construct Tidal Control Structure #2 at 32nd Street Including Appurtenances @ Dollars and Cents Lump Sum $ 3.256.00 $ 3,256.00 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 5 0 7 0 E 10 39 Construct 24" (Class 3300) Lineal Ft. Asbestos Cement Storm Drain 1.2 @ Fifty Four Dollars and Nin et Ei ht Cents $ 54.98 $2,144.22 er Linea Foot 92 Lineal Ft. Construct 12" (Class 3300) Asbestos Cement Storm Drain @ Dollars and Cents $ $ Per Lineal Foot 66 Construct Type "A" (Variable Lineal Ft. Curb Face) Curb and Gutter @ Ten Dollars and Ninety Cents $ 10.90 $ 719.40 Per Lineal Foot 400 Construct 4" Thick P.C.C. Square Ft. Sidewalk & Cut -off Walls @ Dollars $ $ and Cents Per Square Foot 370 Construct 6" Thick P.C.C. Square Ft. Street Pavement @ One Dollars and Fifty Three Cents 1.53 566.10 Per Square Foot $ $ Revised //W/ Construct 3" Asphaltic //don's Concrete Patch 5 Tons @ Thirty Two Dollars and Twenty Cents $ 32.20 $ 161.00 Per Ton 24 Construct 8" Mechanical Lineal Ft. Joint Cast Iron Pipe Sewer Main Stub @ Thirty Six Dollars and Eia Cents $ 36.84 $ 884.16 er L nea oot 1.3 ITEM ITEM DESCRIPTION UNIT TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 25 Standard Street Lineal Ft. Barricade @ Dollars and Cents $ $ Per Lineal Foot 12. 20 5' Chain Link Fence Lineal Ft. @ Dollars and Cents $ $ Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS: Fifteen thousand seven hundred nine Dollars and Ninety -eight Cents $ 15,709.98 4tITY OF NEWPORT BEACH, CALIFORNIP NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10.30 A.M. on the 16th day of June , 1969 , at which time they wi be a opened and read, for performing work aso ows: SHORT STREET BULKHEAD and the SHORT STREET AND 32ND STREET TIDAL STRUCTURES CONTRACT NO. 1224 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Corporations, the signatures of the President or Vice President and Secretory or Assistant_ Secretary are required and the Corporate Sew Sha be of ixe to a1T documents requiring signatures. In the case of*a Partnership, the signature of at ' least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard S ecifications for Public Works Construction (1967 Edition and Supplements) as prepared y the Southern Ca ifornia Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. "' 9 0 City of Newport Beach, California Notice Inviting Bids In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). 5 -15 -69 0 0 Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE 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 13 READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA�PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. 246887 CLASSIFICATION ACCOMPANYING THIS PROPOSAL IS Rid Rnnd CASH, CERTIFIED CHECK' CASHIER'S CHECK OR BOND IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 675 -3728 . PHONE NUMBER 6 -16 -69 DATE PENHALL MARINE, INC. BIDDER'S NAME (SEAL) A.D. Penhall (s) A. D. Penhall - AUTHOR I2 D SIGNATURE - AUTHORIZED SIGNATURE Corporation TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, COPARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: L. B. Penhall - President A. D. Penhall - Vice - President • • 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 81D� SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE MITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS I• -- Concrete skin Moorhead Laguna Beach 2. 3• 4. 5• 6. 7• 8, PENHALL MA,RTNF_ INC_ BIDDER'S AME jsl A. D. Penhall — \` AUTHORIZED SIGNATURE Eprpnratinn TYPE OF ORGANIZATION:: (INDIVIDUALt CO- PARTNER5NIP OR CORP) Newport Beach, California ADDRESS F(V#RIGINAL COPY SEE CITY CLERK'S JbE COPY BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE PAGE 4 AS PRINCIPAL, AS SURETY, ARE HELD AND FIRMLYBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIAf IN THE SUN OF LLARS ( ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH) IS ACCEPTED BY THE CITY COUNCIL OF SAID CI'T'Y, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SMALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (I)) DAYS (NOT INCLUUtNGK -. SATURDAY AND SUNDAY), FIRVW,�THE DATE OF THE MAILING', OF A NOTICE TO THE'A80VE BOUNDEN PRINCIPAL.BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EX :ECUTION, THEN THIS OBLIG`ATRON SHALL BECOME NULL AND VOIDS OTHERWISE IT BE AND REMA.kN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT, IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) BY TITLE PRINCIPAL ETY x qkV k C .. f tlk. LLT. YrYIIP' ViIICE " {.l{!, t�jOORt[R /f VO.A.Li, i n . .Ll EXECUTED IN DUPLICATE Contract Bond — California Labor and Material — Public Work Bond No. 839613 KNOW ALL MEN BY THESE PRESENTS: That we, PENHALL MARINE CONTRACTORS. INC. of 223 21st Street, Newport Beach, California as Principal, and the General Insurance Company of America, a Corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH , as Obligee, in the sum of SEVEN THOUSAND EIGHT HUNDRED FIFTY FOUR AND 99/100 Dollars ($ 7,854.99 ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, whereas the above- bounden Principal has entered into a contract, dated 19, with the Obligee to do and perform the following work, to-wit: Short Street Bulkhead NOW. THEREFORE, if said Principal, or his or its subcontractors, shall fail to pay for any materials, provi- sions, provender or other supplies or teams, implements or machinery, used in, upon, for, or about the perform- ance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, as required by the provisions of Chapter 3, of Division 5, Title I of the Government Code, and provided that the claimant shall have complied with the provisions of said code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond the said surety or sureties will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations 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. " SIGNED, SEALED and DATED this y;m S -816 R1 4/67 No premium is charged for this bond. It is ex- ecuted in connection with a bond for the perform- ance of the work described herein. day of July ' , 19 —f,2- PENHALL MARINE CONTRACTORS. INC; Principal GENERAL INSURANCE COMPANY OF AMERICA William R. Friis Attorney -in -Fact ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES ' On this 15th day of July 1969 before me per- ' sonally appeared William R. Friis known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. .. :..nnNlluun.N...... lm:a; :..IIaIIII,I�u111nlnunwlwN_ —^ r_7 :':ClAL SEAL € Norafy Public in the State of California C'­ 'C M 27. "S County of Los Angeles r _ ;aiifomia (Seal) County a 5 -760 RI 7/66 My Commissionry Ex. iin D^ o .. 1 , 1?71 i I IIIII11N111N 111111111111111111:Illlllllln:• 111111 1i'l'k...y'.....' " " "' I:IIINNN 0 0 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 June 23, 1969 HAS AWARDED TO Penhall Marine, I.nc. , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Short Street Bulkhead, Storm Drain and Tidal Structure 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, WE AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS 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 A331GNS, 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, PR OVENDER, 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. • (LABOR AND MATERIAL BOND - CONTINUED) PAGE 6 THIS BOND SMALL 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 30 AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BONDS 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 ANY SUCH CHANGES EXTENSION OF TIMES 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 AND SURETY ABOVE NAMED, ON THE DAY OF 196 . (SEAL) (SgAL) (SEAL) CONTRACTOR SEAL) (SEAL) (SEAL) SURETY APPROVED AS TO FORM: ITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTS CITY CLERK EXECUTED IN DUPLICATE Contract Bond — California Faithful Performance — Public Work Bond No. 839613 Initial premium charged for this bond Is 594. �� subject to adjustment upon completion of contract at opplicoble rate on final contract price. KNOW ALL MEN BY THESE PRESENTS: THAT PENHALL MARINE CONTRACTORS, INC. of 223 21st Street, Newport Beach, California as Principal, and the General Insurance Company of America, a Corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH in the sum of SEVEN THOUSAND EIGHT HUNDRED FIFTY FOUR AND 99/100 - -- Dollars (S 7,854.99 ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, Whereas the above - bounden Principal has entered into a contract, dated 19_, with the City of Newport Beach to do and perform the following work, to -wit: Short Street Bulkhead NOW, THEREFORE, if the above - bounden Principal shall faithfully perform all the provisions of said contract, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED and SEALED this 15th day of July ,:1969 PENHALL MARINE CONT CTORS INC. Principal GENERAL IN�URANCE COMPAIyX OF AMERICA William R. Friis Attorney- imFact 3.815 5/64 •..®�r.�. +.r., y.i.r,.�. Ss. COUNTY OF LOS ANGELES 1 On this 15th day of July 1969 before me per- - sonally appeared William R. Friis known to me to be the attorney -in -fact of General Insurance Company of America, the corporation char executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. i wvnlvcuxu: uu,. nnuuunn, nry :minuuuinn�nn,nun,neuuwwrunnug /��. � -.- v OF:,CIAL SEAL - California No[ar Public in the St, te of Cal i ornia x ` PsAli � bt. ROSS County of Los Angeles 'ry F:eblir. y Princpal oH'ce in (Seal) Los Pngeles County S-760 ei r /ea ',�My Commission Exgiies December 16, 1971 0 0 PAGE 7 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 June 23 1969 HAS AWARDED TO Penhall Marine, Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Short Street Bulkhead Storm Drain and Tidal Structure IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED THE TERMS THEREOF REQUIRE THE FURNISHING SAID CONTRACT; NOW, THEREFORE, WE, OR IS ABOUT TO EXECUTE SAID CONTRACT AND A BOND FOR THE FAITHFUL PERFORMANCE OF 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 TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY - MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:.AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. 0 (PERFORMANCE BOND - CONTINUED) • PAGE 8 AND SAID SURETY, FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME2 ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND; AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF) THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF . 196 . APPROVED AS TO FORM: CITY ATTORNEY RACTOR (SEAL) (SEAL (SEAL) (SEAL) (SEAL) SURETY 0 0 PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR 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- F.I.ANTS 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 810 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 OEPO.SITORY, 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 810 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'NIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS DAY OF 196`. MY COMMISSION.EXPJRES: NOTARY PUBLIC • FOR ORIGINAL SEE CITY CLE0s COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. STATEMENT ATTACHED TO CITY CLERK ORIGINAL Signed • FOR ORIGINAL SEE CITY CLERK W FFICE Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No 1967 Fluor Corp & Huntington Pacific Everett Dodge 1968 R.W. Kerns (bulkhead at Fun Zone) Bob Herns A.D. Penhall Signed F-1 C O N T R A C T 0 PAGE II THIS AGREEh1E NT, MADE AND ENTERED INTO THIS HLT DAY OF L"jA 19v 1 BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND Penhall Marine, Inc. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS I. 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 Short Street Bulkhead, Storm Drain and Tidal Structure AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORE TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY) AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY , AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSSAND 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 lM 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, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. 2/7/67 • • PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAN THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURES AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS2 DAMAGES INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT,, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY CLERK APPROVED AS TO ITY ATTOR CITY F NEWPORT BEACH, CALIFORNIA BY: (�^ MAYOR BY: -CONTRACTOR (SEAL) - ITLE ITLE DATE - 7 i8 69 TO: FINANCE DIRECTOR � FROM: city cleric f SUBJECT: Contract No. 1224 Description of Contract Tidal `'strictures Authorized by Resolution No. 7n9? , adopted on 6 -23.49 Effective date of Contract _mtrmyt has not bean nISmA vet Contract with pgnbali Marines TnQ_ Address 9,3 91at at, / g' ity e UO hr. rt c 1 i a% C4''SiP_UION OF Tn SHORT ;TREE' BULKHF;' i A!:0 THE SHORT STREET AND 32NO STREET TIDAL STRUCTURES CONTRACT N0. 1224 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plays and Special Provisions, and herety proposes to furnish all materials and do all the work required to complete Contract No. 1224 in accordance with the Plans and Specificatiors, and will take in full payment therefor the following unit prices for each item comp'e— in place. to wit: M QUANTITY ITEM DESCQIP'iON V_N - T?TAL -� NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 30 Construct P.C.C. Bulkhead and Lineal Ft. Appurtenances @ Two Hundred Sixty Five __Dol 1 a rs and Ninet Seven Cents er Linea. oo�� t -� 2. Lump Sum Construct Tidal Control Structure 41 at Short Street including Appurtenances @ Three Thousand Two HundrEabkWrs arc Fi fty Six Dollors _ Lump Sum Lump Sum Construct Tidal Control Structure 42 at .32nd Street Includiny Appurtenances @ Three Thousand FourHundre� i6ws _ Nxk ninety four dollars. Cats t Lump Sum e! �7,77,9. /0 S 265.97 X88 $3,256.00 $3,256.00 53,494.00 $1,494.00 EM QUAN?iTY IMA JESCRIPPTiON UNIT TOTAL NO. AND UNIT UNIT PP.ICE 'n'RITTEN IN WOP.DS PRICE PRICE 4 R Io 39 Lineal Ft 92 Lineal Ft 66 Lineal Ft 400 Square Ft 370 Square Ft --R EU tsF.D Q 28- -Farts 5 -ro u�3 Construct 24" (Class 3300) Asbestos Cement Storm Drain @_FIFTY FOUR i Dollars - -- and NINETY EIGHT Cents Per Linea — T Foot Construct 12" (Class 3300) Asbestos Cement Storm Drain @ FORT_Y EIGHT Dollars and THIRTY ONE Cents Per Linedl Foot Construct Type "A." (Variable Curb Face) Curb and Gutter @_ TEN Dollars —and NINETY _Cents �TeF L ne-7 Toot Construct 4" hick. P,C.C. Sidewalk S Cut -off Walls @ ONE Dollars and THIRTY NINE Cents Per Square Foot Construct 6" Thick P.C.C. Street Pavement @ ONE Dollars drd FIFTY THREE — Cents Per Square Foot Construct 3" Asphaltic Concrete Patch @ THIRTY TWO Dollars -- - -- - -- --_and TWENTY Cents Per Ton 10. 24 Construct 8" Mechanical Lineal Ft. Joint Casl- Iron Pipe Sewer Main Stub @ THIRTY SIX Dollars and EIGHTY FOUR Cents 1.2 $ 54.98 $ o° 74104 5L $ 48.31 $�,¢tbp J�7/ 9.40 $ 10.90 $ -i.0 $ 1.39 $ 556,00 566. /0 $ 1.53 r4&4-.,810 $ 32.20 It 644: -H X804,/6 $ 36.84 . $-"4-.- OD 1.3 TrEM I ITEM DESCRIPTION UNIT TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE PRICE 25 Standard Street - Lineal Ft. Barricade @ SIXTEEN Dollars and FIFTY TWO Cents S 16.52 $ 413.00 Per Linea Foot Ile 20 5' Chain Link Fence Lineal Ft. @ THIRTY SEVEN Dollars and FIFTY Cents $ 37.50 S 750.00 Per Linea oot TOTAL PRICE WRITTEN IN WORDS: Twenty Five Thousand, eight hundred forty -sbven Dol tars �r� ff5p. SU and an no cents---- - - - - -- Cents $25,847.00 u 'PI« PfO""`M rhl :d fat thi B"d:& in:kded is that r$WwB Bid or Proposal Bond e, d°°"1 Bid Beal" Bond No. Approved The American Institute of Architects, A.I.A. Document Edit Ne. A -310 (Sept. 1963 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, PENHALL MARINE rDNTRAf -rDRS t INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PER CENT ( 10%) OF THE AMOUNT OF THE BID IN ------ Dollars ($ - ), for the payment of which sum well 'and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for A Short Street Bulk Head NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this *44 R35/66 17th day of June PENHALL MARINE A.D. 19 69 CONTRACTORS, INC. (Seal) (Principal) (Tide) GENERAL INSURANCE COMPANY OF AMERICA By . Y - Wil !am R. Fri is (Attorney -In -Fact r ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 17th day of June 1969 before me per- sonally appeared William R. Friis known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. 0.1 nmuu�wuuquux:w.nrr...ry ninn:au:nm:.aunrn:r.a- 3 ; ;ia "..'S Notary Public in the Stale o Ca ifornia / tvs ry 1 wr - Cd.fornie County of Los Angeles 1 Fnn::rpal Cff<e :n a (Seal) ` °" Los Angelee County \ h7y 5 -760 RI 9/66 Bommissios Expires December 15, 1971 't umnmm�uumiunurnnnmmwunnruuruo - NOTICE TO BIDDERS: i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1224 CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD and the SHORT STREET AND 32ND STREET TIDAL STRUCTURES ADDENDUM NO. 1 June 10, 1969 Please be advised that sealed bids will be received at the office of the City Clerk, City Hall, Newport Beach, California 92660, until 10:30 A.M. on the 17th day of June, 1969, and will be opened and read at that time rather than:on the 16th day of June, 1969 as stated in the Notice Inviting Bids. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. iLt -Al 4- erek H. White MP Design Engineer Date Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK AS INDICATED IN THIS PROPOSALS 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 CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTIT.tES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYO BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS NOT INCLUDING SUNDAYO AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT 13 READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA'PROVIDING FOR "THE REGISTRATION OF CONTRACTORS LICENSE NO. 246887 CLASSIFICATION ACCOMPANYING THIS PROPOSAL IS Bid Bond CASH CERTIFIED CHECKo CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. - THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMENtS 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. 675 -3728 PHONE NUMBER 6 -16 -69 DATE PENHALL MARINE, INC. BIDDERS NAME rte, &AL)7 i7 A. D. Penhall ED OIGNATURE AUTHORIZED SIGNATURE Corporation - TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO— PARTNERSHIP LIST BELOW NAMES OF PRESIDENT2 SECRETARY] TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL COPARTNERS IF A CO- PARTNERSHIP: - - L. B. Penhall - President A. D. Penhall - Vice - President Ralph Maas - Secretary Tres 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 ENGINEERO AND IN ACCORDANCE 'WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. 2. 3• 4. 5• 6. 7• 9• ' 10. Ii. T PENHALL MARINE, INC. BIDDERS NAME 4- / /, ��AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANIZATION:: (INDIVIDUALp CO- PARTNERSHIP OR CORP) Newport Beach, California ADDRESS i Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Our year end statement attached. Signed V.. ,;.::.:. CROFI & NEVILLE MARINE CONTRACTORS, INC. BALANCE SHEET FEBRUARY 28, 1969 ASSETS 4IRRENT.ASSETS: Cash in bank - General 4,254.95 Cash in bank - special Oxnard 484 78 Petty Cash Fund 15.00 Accounts Receivable - Trade 97,732.85 Accounts Receivable - Employees 50.50 Inventories - Materials & Supplies 17,287.88 Inventories - Work in Progress 2,812.75 Prepaid Insurance 766.66 Prepaid Taxes & Licenses 294.00 Prepaid Rent 1,800.00 Returnable Deposits 15.00 Total Current Assets $ 125,514.37 FIXED ASSETS: Machinery & Equipment 51,947.93 Auto Equipment 24, 790.58 Boats & Barges 25,400.00 Office Equipment 2,197.39 Leasehold Imp 840.70 105,176.60 Less Depreciation (_ 24.,17A. -391 Total Fixed Assets 81,002.30 DEFERRED CHARGES: Deferred Financing Cost 2,213.08 Organization Expense 453.31 Total Deferred Charges 2,666.39 TOTAL ASSETS $ 209,183.06 iP- wm 1 •. . I LIABILITIES & CAPITAL CURRENT LIABILITIES: Accounts Payable 54,112.35 Payroll Taxes Payable 7,792,20 Sales Taxes Payable 1,012.91 Notes Payable: due within one year Bank of America 26, 500.00 Bank of America - term loan 16,274.00 Victor Swanson 3,000.00 A. D. Penhall 65,000.00 Contracts Payable ' Bank of America 12,664.16 Wallace Equipment 6,056.74 Coastline Equipment 1,543.06 Accrued Insurance Expense 2,109.00 Accrued Salaries & Wages 3,075.94 Total Current Liabilities $ 199,140.36 TERM LIABILITIES: Notes Payable - Bk of Amer . 1, 418.80 Contracts Payable = B of A 5,934.07 Total Term Liabilities 4: 7,352.87 p OTHER LIABILITIES: Stockholder Loan - L. B. Penhall 11,505.00 Asso Co. Loan - L.B. Penhall Co. 23,748.37 s.: CAPITAL; Capital Stock 11000.00 Retained Earnings 3,810.59 Net.loss for 12 months ending 2/28/69 (37,374,13) Total Capital (32,563 54) TOTAL LIABILITIES & CAPITAL $ 209,183.06 Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person ,Completed For Whom Performed (Detail) to Contact Telephone No. Signed July 29, 1969 TO: CITY CLERK FROM: Public Works Department SUBJECT: SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES, C -1224 Attached are four sets of Contract Documents and Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's, Public Works, and Bonding Company's copies to me. Derek H. White Project Engineer DHW /em Atts. ;:I • • RESOLUTION NO. 2022 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR Contract No. 1224 WHEREAS, pursuant to the notice inviting bids for work in connection with the Short Street bulkh"d and Short Street sud 32nd 2 tUalxtmturee _ _ in accordance with the plans and specifications heretofore adopted, bids were received on the _ 17th day of ,fie 1969 , and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Ww"L ego NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of e*V= VAgj3M. M, for the work in the amount of $ 13,709.98 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 23rd day of Jenne , 1969 . ATTEST: ty Clerk NOAX V IN TU Wh 6/19/69 0 CITY OF NEWPORT BEACH CITY ATTORNEY Department TO: City Clerk FROM: City Attorney DATE: June 19, 1969 SUBJECT: Resolutions awarding Public Works contracts Cf ;, Attached are copies of resolutions awarding the following contracts: 1. Alley improvements, Corona del Mar and Balboa Island, 1968 -69, C -1106, to Coxco, Inc., for $100,833.40. 2. Balboa Island Channel sewer force main C -1223, to Healy Tibbits Construction Co., for $28,000.00. Short Street bulkhead and Short Street and 32nd Street tidal structures, C -1224, to :, (a) penhall Marine, Inc., for $15,709.98 (or) (b) Penhall Marine, Inc., for $25,850.50. It is understood that these awards will be considered at the Council meeting of June 23, 1969. THS:mh Att. cc: City Manager Public Works Director TULL SEYWVR City ttorne Lila-, ' J March 10, 1969 YT lT Y [ ' : . �0. ',� L ;2 FROM: Public Wcrks G2;)ar C: aril ...... ___ —_ /o SUBJECT CITY BULKHEAD AT END OF SHORT STREET. ND TIDE GATES ON CITY DPAINS IN THE WEST NEWPORT CHANNELS RECOMMENDATION: That if the City Council desires to proceed with the subject project, $10,000 be allocated for the work. 0?SCUSSION: As a result of flooding of West Newport streets caused by unusually high tides in December, a number of citizens requested that preventive measures be taken. The Proposed betterments will prevent chronic flooding caused by the usual range of high tide., but 'will not prevent flooding caused by the high tides that occurred in December, t `361+. the subject project will provide for the following: A new street end bulkhead, tide gate, and storm drain outlet at the end of Short Street at an estimated cost of $4,500. This work will prevent flooding at the intersection of 36th and Short Streets. 2. One tide gate in a new manhold at the northerly end of Clubhouse Road at an estimated cost of $1,000. This work will prevent flooding at the intersection of Short Street and Clubhouse Road. 3. Two tide gates in new manholes in the alley north of 32nd Street at the southerly end of the Rivo Alto. The estimated cost of these two manholes and tide gates, plus placing new backfili is $4.500. This work will prevent flooding in 32nd Street between Newport Boulevard and Marcus Streets, in the intersection of Finley Street and Newport Boulevard and in the first alley westerly. To further alleviate the problem caused by unusually high tides, the staff is enco uraging the individual property owners to raise their bulkheads to +9.00 feet above mean lower low water. In addition, the requirement that all new bulkheads have a minimum elevation of +9.00 feet M.L.L.M. will be strictly enforced. Attached are two sketches showing the location of the proposed betterments. r ' �-0-'e- i J bseph , . Devlin ?Jbl ks Director Y*tP►/ 1 dg Atts. &I .AA.._ 4 Gp.. p G2 3 � ` E pJu � �• Ica Fv rr 5 5V rte+ I{ 9 �a 10 (V 5 Peea: \ 4V- 13 '4��/ 3 \ vi tiK 10 �; Soh SCAL 00AFp� �• ^ � Q a� �5 i'' �o � �° ° � `•� _ '`r �' � ( p'h'i °�v 8 ( ' Q •._._l.... �I / /::.1 _r 1 �t .'.:c •� .�• ` ♦ 1 ._ N4 Z) AN411 wt. pf or vt wr -of eo AX, LU 10 10 v 'NJ 'tN 14R 1pt 1p iff- q6) Sr SM- AOP pOv f\3 of. wl• zM Wy. so an ity. Stf, 'l/fl *1 or get '5M. Mr. 101 40 INS. lm�mmlll 11111111111M k \ 1�11 jkji �J1l I I k msiioT�ii k \ 1�11 jkji �J1l I I k ,V7/ 6FILE, May 6, 1969 TO: CITY COUNCIL 611714 / FROM: Public Works Department ff 3o .g.p1. . SUBJECT: SHORT STREET BULKHEAD, AND SHORT STREET AND 32ND STREET TIDAL STRUCTURES (C -1224) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on June 17, 1969. DISCUSSION: The estimated cost of the work is $13,000. Funds available are $10,000. A budget amendment will be processed as needed upon receipt of bids. This project will provide for construction of a bulkhead at the Rivo Alto . end of Short Street. A combination storm drain and tidal structure will be built in conjunction with the bulkhead. 'A tide gate will also be constructed at the 32nd Street storm drain outlet into the Rivo Alto. These structures are designed to minimize the.street flooding that occurs during high tides. The plans were prepared by the City. The estimated date of completion is October 15, 1969. eph T Devlin lic Wo ks Director ldg JaGAL NOTICE LEG L CITY OF NEWPORT BEACH, CALIFORNIA NOTICE UPMING BIDS MALED N 10:30 A�M. on the 1 clay of 'Tune, 119 Fi_=OtAch ftefth"ey will be opened and read, for performing work as follows;:.,; SHORT, STREET BULKHEAD, AND SHOR __.T AND 32ND STREET TIDAL STRUCT CONTRACT NO. 1224 Bids mast be submitted on the Proposal form attached with the contract documents furnished by the Public Works Depart- ment. The-additional copy of the Proposal Form is to be retained by the bidder for his records. . Each bfA must be accompanied by cash, certified check or .1 4ddees Bond, made payable to the City of Newport Beach, an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall .,be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non-collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signatures and titles of the persons signing on behalf of the bidder. For Cor- porations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Cor- porate Seal Shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non-refundable charge of $2.00 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. . The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870-9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Article 2, Chapter I,, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per them wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6982, adopted 0%1 2, 1969j.A copy of said resolutionis available in the office City Clerk. All parties to the contract shall bb governed. by� provisions. of the California Labor Code, re"ng to pre - v all wage rates (Sections 1770-1781 inclusive), CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk Publish: June 5, 1969, in the Newport Harbor Ensign. IN7 L Plod meets iW mem be oo pk te sealed bid ere: L ton of Se-b S I.Aond . Main" Aff,&Vlt . the E, o� 171 6 -S 6% NOTICE TO BIDDERS: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1224 CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD and the SHORT STREET AND 32ND STREET TIDAL STRUCTURES ADDENDUM NO. 1 June 10, 1969 Please be advised that sealed bids will be received at the office of the City Clerk, City Hall, Newport Beach, California 92660, until 10:30 A.M. on the 17th day of June, 1969, and will be opened and read at that time rather than,on the 16th day of June, 1969 as stated in the Notice Inviting Bids. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. RECEIVED JUK 1 11969 Date Derek H. White Design Engineer 0 CONSTRUCTION OF THE SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES CONTRACT NO. 1224 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting. Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1224 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 30 Construct P.C.C. Bulkhead and Lineal Ft. Appurtenances @Two Hundred Forty One Dollars and no Cents Per Linea oot Lump Sum Construct Tidal Control Structure #1 at Short Street Including Appurtenances Three Thousand Seven @ Hundred Fifty Six Dollars and no Cents Lump Sum Lump Sum Construct Tidal Control Structure #2 at 32nd Street Including Appurtenances Three Thoand Five @ Hundred Dollars and no Cents Lump Sum $ 241.00 $ 72230.00 $ 3,756.00 $ $-31500.00 1.2 EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 39 Construct 24" (Class 3300) Lineal Ft. Asbestos Cement Storm Drain @ Sixty Seven Dollars and tighty Cents $ 67.80 $ PpAbi12 Per Lineal Foot 5. 92 Lineal Ft. Construct 12" (Class 3300) Asbestos Cement Storm Drain @ Forty Eight Dollars and FlIteen Cents $ 48.15 $ 1i.1�29.80 Per L nea foot 6. 66 Construct Type "A" (Variable Lineal Ft. Curb Face) Curb and Gutter @ Eleven Dollars and / Fifteen Cents $_1,1,15 $___235.9D Per Lineal Foot 7. 400 Construct 4" Thick P.C.C. Square Ft. Sidewalk & Cut -off Walls @ One Dollars $ i.1,r_ $ 58), and Cents Per Square oot 8. 370 Construct 6" Thick P.C.C. Square Ft. Street Pavement @ one Dollars and Cents Per Square oot $ 1.65 $ 610. 0 9. 20 Construct 3" Asphaltic Tons Concrete Patch @ Thirty Three Dollars and Forty Cents $ 33-40 $ 668.00 Per Ton 10. 24 Construct 8" Mechanical Lineal Ft. Joint Cast Iron Pipe Sewer Main Stub @ Thirty Seven Dollars and Sixty two Cents $ 37.62 $__202_,.88 Per L Rea oot 0 0 1.3 ITEM ITEM DESCRIPTION UNIT TOTAL ., NO. UNIT PRICE WRITTEN IN WORDS PRICE " PRICE 11. 25 Standard Street Lineal Ft. Barricade @ Seventeen Dollars and Forty Cents er inea Foot 12. 20 5' Chain Link Fence Lineal Ft. @ Forty Dollars and ten Cents Per Linea Foot TOTAL PRICE WRITTEN IN WORDS: Twenty Six Thousand Two Hundred Ninety Eiglibllars and Twenty Eight Cents $ 17.4o $ 435.00 $ 40.10 $ 802.00 $ 26,298.28 0 0 Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE G.IVEN 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 CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CAL IFORNIA "PROVIDING FOR "THE REGISTRATION OF CONTRACTORS, LICENSE N0. 251 086 CLASSIFICATION A ACCOMPANYING THIS PROPOSAL 13 Bond CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO .UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO _COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 673 1960 PHONE NUMBER _ June 17, 1969 DATE TRAUTWEIN BROTHERS BIDDER's NAME (SEAL) AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE TYPE Of ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: Paul A. Trautwein Raymond F. Trautwein Sr. Raymond F. Trautwein Jr. 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 V ITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS I. N O N E 2 3 4 5 6 7 8. TRAUTWEIN BROTHERS BIDDER'S NAME (fx&4 ) HORIZED SIGNATURE Co- partnership TYPE OF ORGANIZATION :: (INDIVIDUAL, CO- PARTNERSHIP OR CORP) 2410 Newport Blvd. Newport Beach, Calif. 92660 ADDRESS • • • • • • • • • l � KNOW ALL MEN BY THESE PRESENTS: That We Bond No. B 560399 TRA.UTWEIN BROTHERS as Principal, and the UNITED PACIFIC INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Washington, and authorized to do business in the State of California as Surety, are held and firmly bound unto the CITY OF NEWPORT BEACH as obligee, in the sum of Ten percent (10 %) of the attached bid • • • • • • • DOLLARS, lawful money of the United States • of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety • bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and • • severally, by these presents. • THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the • Principal for: Contract No. 1224, Short Street bulkhead and the Short • • Street and 32nd Street tidal structures. • • • • • • according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make • • and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and • • shall give bond for the faithful performance thereof, with the UNITED PACIFIC INSURANCE COMPANY as • Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure • so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceed- • • ing the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in • • full force and effect. • • Signed, Sealed and Dated this 13 day of June 19 69 • • • • TRAUTWEIN BROTHERS • Principal(s) • • • / • BY: t• V • • UNITED PACIFIC INSURANCE MPANY • • By: T. Weston Jay ey-in-Pact • • • B- 1312 - Contract -Bid Bond - - • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • State of California s s: County of Orange On June 13 � 1969 19 , before me, the undersigned, a Notary Public in and for said County, personally appeared T- Wp-tnn Jay known to me to be the person whose name is subscribed to the within instrument as Attorney -in - Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me thot_he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h1S own name as Attorney -in -Fact. My.Commi'ssion expires Notary Public in and for said County B 2006 CeAfemia - aura{ (.Mi)o}p45;'Sip -Fact Acknowledgment) Rev. 1 -65 PAGE 9 NON - COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE.IN ANY WAY, DIRECTLY OR INDIREC -TLY, 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 OR 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 SUC{! OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- F.IANTS 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 IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS $NOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 17th DAY OF June , MY COMMISSION - EXPIRES: TRAUTWEIN BROTHERS NOTARY PUBLIC Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Financial statement on file with City of Newport Beach '' / ' i1I 0 Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. r.nnatrwr.tion of similar type construction has been Performed during the past 25 years for the City of Newport Beach, the City of Long Beach, Macco Corp., The Irvine Company and various private parties. ;IeA OAF PUBLIC WORKS DEMENT City or new orz aeacn NO, P.W. DIRECTOR ASST. P. W. DIREC. UTILITY TRAFFIC ENGINEER ADMIN ASST. IASST. CITY ENG. CO-OP PROJ. ENG, F r SFrRFTARY /c PLEASE: c -/zzs' 1. Handle 5. Review & Comment 2. See P.W.D. 6. Prep. Written Reoort 3. Read 7. Prepare Re ly 4. File a. Post REMARKS: 3D CITY OF NEWPORT BEACH 4t - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO., Final 5% FOR PERIOD ENDING April 1, 197D PROJECT.- Short Street Bulkhead and Tidal Control Structure BUDGET NO. 02- 4197 -195 CONTRACT NO. 1224 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED NOTE: $636.14 from prior year $149.36 from current year ORIGINAL CONTRACT EXTRAS 'TO DATE CONTRACT TO DATE AMOUNT EARNED $ 15,859.34 LESS 10% RETENTION - -- LESS PREVIOUS PAYMENTS 15,073.84 AMOUNT DUE THIS REQUEST 785.50 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED ENGINEER CONTRACTOR ffn ib 4t CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. Final s% FOR PERIOD ENDING April jI 797(1 PROJECT: hnrt Ctrppt 1'1 and Tidal Control Stnirtnra BUDGET NO. 02 -4197 -195 CONTRACT NO, 1224 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED NOTE: $636.14 from prior year $149.36 from current year G � ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED $ 15,859.34 LESS 10% RETENTION - -- LESS PREVIOUS PAYMENTS 159073.84 AMOUNT DUE THiS REQUEST 785.50 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED ENGINEER CONTRACTOR BY 0 0 February 24, 1970 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF SHORT STREET BULKHEAD AND TIDAL CONTROL STRUCTURE (C -1224) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. E DISCUSSION: c _� The contract for the construction of the Short Street bulkhead and tidal control structure has been completed to the satisfaction of the Public Works Department. The bid price was: $ 15,709.98 Amount of unit price items constructed: 15,859.34 Amount of change orders: none Total contract cost: 15,859.34 Amount budgeted in Account No. 02- 4197 -195: 15,709.98 The additional funds required will be included in the mid -year budget adjustments. The contractor is Penhall Marine, Inc. of Newport Beach, California. Design was by the Public Works Department. The contract date of completion was November 12, 1969. All work was completed by November 25, 1969. It is recommended that liquidated damages not be assessed because the delay in completion was largely due to very difficult working conditions and no significant inconvenience or damage resulted from the late completion. Joseph. Devlin Public orks Director GPD /bg APPROVED BY CITY COUNCIL DATE FEB 2 41970 June 23, 1969 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SHORT STREET BULKHEAD, AI{�l Q[{Tr� T t3 , RE'T_JI'Ij��S�TRUCTURES (C -1224) HH KK�tff UU ``�V ii LL G -z RECOMMENDATIONS: DATE JUN 2 3 1969 r (a) Adopt a resolution awarding the contract to Penhall Marine, Inc. for $25,850.50 and authorizing the Mayor and the City Clerk to execute the contract; or L p (b) Adopt a resolution awarding the contract to Penhall Marine, Inc. for $15,709.98 and authorizing the Mayor and the City Clerk to execute the contract; or (c) Reject all bids and rebudget project to Fiscal Year 1969 -70. DISCUSSION: Two bids were received and opened in the office of the City Clerk at 10:30 A.M. on June 17, 1969: BIDDER TOTAL Penhall Marine, Inc., Newport Beach $25,850.50 Trautwein Brothers, Newport Beach 26,298.28 The low bid is approximately 100% higher than the engineer's estimate of $13,037. Funds available in Account No. 02- 4197 -195 are $10,000. The project provides for the following: 1. A new street end bulkhead, tidal structure, storm drain, sidewalks and barricades at the end of Short Street. 2. A tidal structure and storm drains in the alley north of 32nd Street at the southerly end of the Rivo Alto. Recommendation (a) would accomplish all work in (1) and (2) above. Recommendation (b) would omit all work in (2) and the sidewalks and barricades in (1) above. If recom- mendation (b) is approved, it would be possible to incorporate the work at 32nd Street into the 32nd Street widening project at a later date, and to eliminate the need for the storm drain portion by reconstruction and regrading of the alley at a later date. The work is proposed to help alleviate the problems in the area caused by unusually high tides. The staff is also encouraging the individual property owners to raise their bulkheads. The estimated time of completion will depend upon the scope of work, if any, authorized. A budget amendment will be presented for approval at the next meeting if the contract is awarded. The plans were prepared by the City. eph Devlin lic Adks Director ldg b TO: CITY COUNCIL FROM: Public Works Department May 26, 1969 -6 SUBJECT: SHORT STREET BULKHEAD, AND SHORT STREET AND 32ND STREET TIDAL STRUCTURES (C -1224) RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on June 17, 1969. DISCUSSION: The estimated cost of the work is $13,000. Funds available are $10,000. A budget amendment will be processed as needed upon receipt of bids. This project will provide for construction of a bulkhead at the Rivo Alto end of Short Street. A combination storm drain and tidal structure will be built in conjunction with the bulkhead. A tide gate will also be constructed at the 32nd Street storm drain outlet into the Rivo Alto. These structures are designed to minimize the street flooding that occurs during high tides. The plans were prepared by the City. The estimated date of completion is October 15, 1969. 5 f �,i i fi� liUUiAi�1L DATE seph T Devlin blic Wo ks Director ldg CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE SHORT STREET BULKHEAD AND THE SHORT STREET AND 32nd STREET TIDAL STRUCTURES CONTRACT 1224 I. SCOPE OF WORK SP1of5 The work to be done under this contract consists of constructing a bulk- head and a tidal structure, including appurtenances, at Short Street and the Rialto Channel and a tidal structure and appurtenances at the 32nd Street storm drain and the Rivo Alto Channel, including associated work. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plan (Drawing No. D- 5052 -S) and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications For Public ` Works Construction, 1967 Edition, including 1968 and 1969 Supplements. II. TIME OF COMPLETION The Contractor shall complete secutive calendar days after the City. III. CONSTRUCTION SURVEYS all work on the contract within 100 con - the date of execution of the contract by All field staking for the control of construction shall be the responsibility of the Contractor and shall be performed under the supervision of a Civil Engineer or Land Surveyor licensed to practice in the State of California. Payment for all staking shall be included'in the unit prices bid for the various items of work and no additional payment will be'made. IV. TRAFFIC CONTROL Short Street street end from 36th Street to the Rivo Alto may be closed to vehicular traffic during construction. The existing sidewalks shall remain open to the adjacent private properties. Vehicular traffic shall be permitted to flow freely at all times, without obstructions, in the alley where the 32nd Street tidal structure is to be constructed. UTILITIES The existing 8" sewer siphon under the Rialto at Short Street shall remain in service throughout the construction. The Contractor shall take pre- SP2of5 cautions to avoid damage to the siphon during placement of the bulkhead C`; panels and the sewer main stub. VI. EQUIPMENT STORAGE AREAS The Contractor may use the Short Street end from 36th Street to the Rivo Alto between the curbs for equipment and storage area. . All work and storage areas used by the Contractor must be restored to their original condition prior to acceptance of the project. IVII. PROPOSAL ITEMS AND CONSTRUCTION DETAILS 1. Removing and Replacing Improvements Portland cement concrete and asphaltic concrete improvements shall be saw cut a.minimum depth of 2 inches prior to removal.. The Contractor shall exercise extreme care in saw cutting the asphaltic concrete alley pavement near the existing bulkhead tie rods at the 32nd Street tidal structure. If during construction operations the remaining existing pavement becomes undermined, the Contractor shall make a second saw cut and remove and replace the undermined pavement at his expense. 2. Water The Contractor shall make his own provisions for securing and applying water necessary to perform his work. If the Contractor desires to use City water, he shall make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Phillips, at (714) 673 - 2110, Ext. 74. 3. Structural Concrete - Bulkhead and Tidal Structures Structural concrete used in the bulkhead panels, coping, anchor blocks, tidal structures and appurtenances shall be class 6.0 7B -3000 using Type V Portland Cement. 4. P.C.C. Bulkhead and Appurtenances The unit price bid per lineal foot of P.C.C. bulkhead and appurtenances shall include the bulkhead panels, coping, tie rods, anchor blocks, bulkhead openings, sand backfill, etc. The panel units and coping shall be placed tightly against the existing bulkheads. The Contractor shall verify the exact location of the existing sewer siphon prior to casting bulkhead panels. The elevations shown on the plans are approximate. Pile panels shall have a smooth finish on the side exposed to the channel. Pile panels shall be kept Continuously wet with water for _ at least ten (10) days after pouring and shall be allowed to core for at least twenty -eight (28) days before being lifted and jetted or driven.i This twenty- eight.(28) day curing requirement may be decreased if test cylinders of concrete from which the pile panels'were poured develop a compressive strength of 3,000 P.S.I. or more. J • SP 3 of 5 The panels shall be handled in such a way as to-avoid bending or crack- ing at any time. Extreme care shall be exercised to avoid breaking or chipping any part of the panel. Damaged or inferior panels shall be replaced at the Contractor's expense. The 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 employ two jets to maintain alignment. Sand backfill behind the bulkhead shall have .a minimum sand equivalent of seventy (70). The steel tie rods and turnbuckles shall be field wrapped and enameled. The rods 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 pro- tective materials. The tie rods and turnbuckles shall be completely primed with one (1) coat of bituminous primer of good body and substantial thickness free of runs, drips, and festoons. 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 six- teenth (1/16) of an inch. CThe rods and turnbuckles shall be spirally wrapped, after the bituminous enamel is set, 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) inch thick shall be applied over the wrapped membrane. The Contractor shall exercise extreme care to protect the bituminous enamel coating during the construction operations. Any damage occurring to the bituminous.protettive coating shall be repaired'to the satisfaction of the Engineer. The bituminous primer and enamel shall be bitumastic priming solution and bitumastic enamel as manufactured by Wailes Dove- Hermiston'Corporation 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 touch within six (6) hours. Bituminous enamel shall not contain less than twenty (20) nor more than thirty (30) percent inert filler material.. 5. Tidal Control Structures The modified curb inlet tidal type OL -A (CNB STD 305 -L) tidal structures shall be constructed as shown on the plane. l The lump sum price bid for each tidal control structure shall include the structure, tidal gate and inlet connections. The tidal gates shall be 24" waterman cast iron sluida gate .(model QSC- 30 -5P non rising stem lift type 1-18) with type 18 -8 stainless steel stem SP 4 of 5 (H =42 ") and bronze seats as manufactured by Waterman Industries, Inc., Exeter, California. All exposed structural steel rails and shapes shall be hot dipped galvanized (A.ST.M A -123). Anchor bolts, nuts, washers and gate parts shall be 18 -8 stainless steel. The Short Street tidal structure frame, cover and steps shall be placed in the corner of the structure instead of the center of the structure as shown on the Standard Plan. A waterman 9" floor box with access cover shall be placed in the structure top over the sluicegate stems in each box. 6. Storm Drain Pipe The Contractor shall provide for continuous flow of storm and nuisance water during the progress of the work. The Contractor shall provide temporary berms, channels, sandbags, etc., to assure that storm water and tidal water does not damage property adjacent to the existing storm drain system. Asbestos cement storm drain pipe with manufacturers recommended couplings and elbows will be measured by lineal feet in place. All pipe connections shall be included in the unit price bid for the pipe. The 14" grate pipe inlet structure on the 32nd Street storm drain system and the plugging of the existing bulkhead shall be included in the price bid per lineal foot for 12" asbestos cement storm drain pipe. The plugging of the new 24" asbestos cement storm drain pipe shall be included in the unit.price bid for the 24" asbestos cement.storm drain pipe. Extreme care shall be taken to protect the existing bulkhead tle rods and their protective covering while.excavating, installing and backfill- ing the 12" asbestos cement storm drain pipe at the 32nd Street location. Any damage resulting from the Contractor's operations shall be repaired as directed by the Engineer. 7. P.C.C. Curb, Gutter and Sidewalk The cost of constructing the variable curb face Type "A" curb and gutter and the monolithic reinforced concrete cut -off wall and sidewalk from station 10+01.67to 10+25 left and right of centerline, shall be included in the unit price bid for these items of work. 8. 8" Mechanical Joint Cast Iron Pipe Sewer Main Stub Standard 8" mechanical joint pipe as manufactured by United States Pipe and Foundry Company or approved equal shall be installed to the align- ment and elevations shown on the plans. All bolts, washers and nuts used for pipe connections and the cap shall be type 18 -8 stainless steel. The sewer main-stub shall be capped at the bulkhead'and sufficiently toi • SP 5 of 5 prevent water intrusion into the pipe. A hole shall be bored and the �. pipe inserted through the existing brick manhole wall as shown on the plans. The pipe at the manhole end shall be brick and mortared plugged, and grouted to the manhole walls. The portions of the mechanical joint cast iron pipe and the existing sewer main extending through the bulkhead shall be wrapped as shown on the plans with 6" z 5/16" flexstrip waterstop as manufactured by Water Seals Inc., 9 South Clinton Street, Chicago, Illinois, 60606. After wrapping the pipe the area between the pipe and the opening shall be grouted to the satisfaction of the Engineer. 9. Chain Link Fenc The existing chain link fence shall be removed sufficient distance to accomodate the construction at the 32nd Street tidal structure. New 2.1/2" dia, corner posts shall be placed in 3" dia. sleeves, 6" deep in the tidal structure, and 3" dia. holes cored 5 1/2" deep in the center of the existing bulkhead. The Contractor shall take precautions during the coring operations to avoid damaging the coping horizonal steel. The posts shall be set in the sleeves and cored holes with molten lead or sulphur (pour rock). The corner posts shall be braced with horizonal mid point compression members. Tension wires shall be placed at the bottom and top of the fabric. All posts shall be capped. Posts, com- pression members, and chain link fence fabric shall be galvanized. C Y i CITY OF NEWPORT BEACH DRAWN gas DATE 37/0_= 69 PUBLIC WORKS DEPARTMENT APPROVE % - T• ST,4A1,94RD CUd?B J ^CCRO�5 UBLIC WORKS DIRECTOR / R.E. NO. %5a 'DRAWINQ NO. 6 TD. —101 -L 4 "x 4" RWWOOD Aarr LI � -T (S4s) FOR oup"'o, -- e X3'2 /!Z B;.B"REDK�OOD.�S'TS {y2 /,P- /B^'x /B�- Y6CLOW "'' (S4 S) 0 /2'- ro 411aX. � WIV QVR 8'* /lED. FFfLECTOQ cE,v�ERS -� =- � � •ovrrovr� 1?01110 W /oril 4 w } jr.',d,VO 40' 64' 1?01110 W /oril 4 w ZB'AN0 3Z' jr.',d,VO 40' 64' 4c/2'- 6 1a 50' I.. ALL iWETAL . P.4,Qr.4 TO BE HOT- D/F G.4L 114NI ZED IN 4CCO204AICE W /TN 7C/ry'.,Sr4,41o4QD SAECIF /Cllr IONS Z. PA /Nr FOSTS ! "ILING tr COATS OF WN/ rE. I - RP /A?eA7 COAT I-F/N/SH, COAT. CITY OF NEWPORT BEACH DRAW" PUBLIC WORKS DEPARTMENT FAWRON STANDARD STREET B4iZRICADE L DATE WORKS rwRECTOR STD. -//4 -L DUD ANGLE ('X !} X No R[INIORCWG SYECL PCN MPLICAµL (TANDML NNM 1 "ADM PLAN ON AS DETAILED OTNLRNILL. i f 1 D DM( TO AML[ !D+ M M [NTX.7109 b LIE U OF TYPE' ANCIIp1S LENGTH LOpALN tIOK • .. Cl +. I 'y 1.•S''' 'YI•:�. \i.';!• :'. ^•'.: •: ;A�'• +. :1•,••'.S' �. -.: ..;.;';:'.:.: • e s'i•~ �.;•..u•i•: -:• _ . ii cn0 of DAR$ NOT wEiocD' ^: •.. . . ,. '..: S�4 Ippd �• ; s ;�,' MOLE IN AN :I, :i: �a:. • a • •:� •, OG �R TIGHTEN '•.'.•: i':'.: .•. :•; AOD SECU NVT! TO DE '::::•:.• ... . , . ..... f ANO SECURED IN PLACE WHEN DUD It w ANou I3 m r(orLN ►omran. ' 4E' / STIRRUP (!LE MDr[ () NOTES I CCfaN DM AML NOTL -IfG) ''(1) WHEN CURB FACE EXCEEDS 91d' A PLAIN ROUND STEEL PROTECTION BAR I' IN DIA. SHALL BE INSTALLED. BM - SHALL BE EMBEDDED S' AT EACH END, - • (2) A STIRRUP SHALL BE WELDED TO EACH BOLT WHEN A • , ( 1'[ E0'lIIPOM Kv PROTECTION BAR IS REQUIRED. I _ •,: :. WITH HEXAGONAL MRS . ` (3) T VARIES SEE INLET PLAN. It(L Mm[T) 14) ALL EXPOSED METAL PARTS SHALL BE GALVANIZED. 1 (S) WHEN REOUIRED BY LENGTH OF OPENING, BULB ANGLE ♦1\ - MAY BE DELIVERED IN SECTIONS AND BUTT WELDED IN 7I' PLACE. ALL GALVANIZING DAMAGED BY WELDING SHALL • N ' ,;•. . RECEIVE TWO COATS OF ALUMINUM PAINT. , (() TYPE A OR TYPE 0 ANCHORAGE MAY BE VSED AT �•,••.' ' \ •, CONTRACTORS' OPTION. -I. m 'SUPPORT BOLTS SHALL BE INSTALLED WHEN LENGTH OF " •: •`:'••' ' •'' .. OPENING EXCEEDS r' -0'AND SHALL BE SPACED AT NOT MORE THAN T' -0' D.C. AND NOT LESS THAN 5'•0' O.C. . 01 WHEN PROTECTION SAN IS REOUIREO AND LENGTH OF l OPENING IS r' -0' OR LESS, SAID BM SHALL BE LOCATED . _ . • - 1 S' BEHIND CURB FACE AND P ABOVE GUTTER FLOW LIME, -- ', 'P• _ ' SECTION OF BASIN INLET . ' WITH TYPE A BULB ANGLE ANCHORAGE .. END Or DAAS . '. Nor WELDED ILDIFORCM STEEL j 1EK am IN YRTr Awc .. .. - ALTERNATE ANCHORS .. TYPICAL 3 IN hu i / LrEEl AMOM a'aRS SIM 4011ftn AS PMK . TYPE B BLAB ANGLE ANCHORAGE' ADOPTED FROM C/TY OF LOS A,V9ELC6 STD PLAN 8 -365 % DATE a9 CITY OF NEWPORT BEACH APPROVE PUBLIC WORKS DEPARTMENT 1 �UL Q ANGLE' v SLIC WORMS DIRECTOR .¢E. Na 9537.. FOR.., .W.,Ae &—r EMMAWINld Eye_ Orn_ann_i r .. ,!i • ' ••A • • t A��`'� Y lit• MOLL .} , 10X. q STEEL PLATE PoRM[o AS {NpMM. ' ,f sl W 1 ` F 1 I NOTES i 1 I.THE STEEL PLATE ALTERNATE FOR CA" OASIS 1 INLETS SHALL SE FABRICATED FROM vs R 10 VNIVERSAL MILL PLATES. TNIS PLATE MAY SE VSEO AT TW, CONTRACTORS OPTION IN UEV Of THL q . 2 0. It 3y R 16. OULO ANOLE. •� � • bfOR ANCHORAGE APO OTHER OLTIUL{ {E[ . , STD 1 1 • 1 •I ;'11 ♦ • f 1 r f ' 1 q 1 . • 1 Ia. I t, P7eD rAn ciry of L05 AA'r7E4E6 srG -ZAA1 8 -3651 REF : Sr0 - 300 L CITY OF NEWPORT BEACH DATE 3 -/0 -69 PUBLIC WORKS DEPARTMENT APPROVE BULB ANGLE UBLIC WORKS DIRECTOR F0A . CURB /NLE;r :(4LTERAjATE) , DRAWINO NO. STD-301-1. ��OA M /N. SEE NOTE 3 \\ A B r ' A'4 @ /B•6tG Aa E45CW C BA,P5 CL05ER B 149ECOW Q�EN /NB T . . 0,0hWI C 4R9 OEE 54R:; /7" 41 V 4 T0 '. Ey 656E NOTE 3) • .� : /a' �PQ�O A vAaiES - :: T' 2/' M/ I 27' Ed4k5- 2AB01/ T o4owlaC. 57" 2 BELOW L7 ,Uo A�4� /B OC. OR CLOSER `: x -t'eAa' SECT /ON A -A 33' / NOTES �� 3' G [ REINFORCING STEEL SNGLL BE / %2'CCEAD FROM FACE OF CONCRETE UNLESS Ol/IERH/ /SE SVOWAI 39' ' ?. RE /NF0.4ti /NG STEF1 FOR /N; //O� FACE OFCUaf3 INLET a4$/N PLAN 69' S/✓ALC BE CUT AT CENTER OF CREN /N6 E BENT INTO WALLS OF CORNER CONNECT /ON oFU °cue4sC/1wa14°114ZEeE 72" /116. Celr 9^C4F4R OF OPEN . = .:3 L'ONNECTICbv 51/ALL BE POU,PEO mono /-111a W /TN CURB /NLEL � T!/E ROUNDED EDGE O� GYITLET SN4(L BE COMoTRVCTEO ,BY Ft�%R /116 Ci9AY'RE /E AGA /NSl A CUR4ED MCKf WnW d RAON/5 OF3 S .. 4L FLOOR OF GTQLCTURE 5!/ALL BE STEEL - Ti4bWE(ED 10 GPR,N6 L /NE. 5. CONNECT 14W5 $BALL 9EC0,Wrk rrED WHEN+ (4), /2 "TNRU 72' /N O /AMETEK, /NLET OR OOlLET TNRU CGIONER OF CURB /NLET. ` (B),4N6LE4, AWAIPE5 24'TNRU BD ^ /NO /AMETER� /570• ' ( ._ OR LEGS. (C).01A, 33 "'TNRU 72'' /N O /AMETEK /NLET OROUlLET TNRU THE 5 /OE WALL OF CalR9 /NLhT G. ALL CCACAFTE SNA[L 49E 4;.6- 49.3000• D 84,95 - ?ABOI/E cS 2 BELOW 01WN/NG So QI N6LE A ��OA M /N. SEE NOTE 3 \\ A B r C 805 ¢E &EP5 B r C 4R9 OEE 54R:; /7" 41 V 7- .4 /a' 4'2' 2/' 5'(i 27' S'2 57" 9 %4' 33' 3' G -45W /O /O 39' 7' 69' /O /4 72" // PLAN SIDE CONNECT /ON CITY OF NEWPORT BEACH DRAWN--,A-/"- DATE PUBLIC WORKS DEPARTMENT APPROV CONNECTION TO CURB INLET Pu ' WORKS DiREgTORR FOR PIPES' R.E.NO.'4_, 12 INCHES THRU 7?_ INCHES " 'DRAWIN,q NO- STD.-303 -4 mi L 14 AtWAAA _ C4177VC-1 & ° •' -,',: .i. 'J70 300- L- fi//GB SECT/O/✓ A -A ✓T�A/COE'O A_.r•_ f_.•y w�[r /.(rc/ oi�rcc. /urrc I' : �. WeQaEO � �urrce � Mt17C'H .ttaPt -,t4[ Sr.2EET E�Gt1GiG' •d�'� , PLAN LOCAL DEPRESS /ON %A i �i l.ULET GE.C/EQdI A107. 'S: - - 1._ -_ "H "OEGTH F02 OLG BOXG�S /s 3= G °U.VGLSBS OTHEE'WG"�G $/oEC/F /EO. 2.... FOB "/ " lY4LL TX/ /Ce,UE�S SEE T4Q!E Qu I,ULG'r �Gp.u. X.-A-0- ew4rC/.QB dl/O /GLG ac 2� (Sf EOT�2 7, .dAl C!/QB F f5Z5 &'t fWZ d 'SZ //UZ 7' :�.f'�/V" U ✓717 -�00 -L 4. _ _. L'G %.C/FOEY. %UG STEEG '' 4LL f° •`'Q FIE,> G°� /B "S' CE.f/TF P <'QCEO //2 - CLE4L7 TO //C/3 /UG' CJL' ic>X U/ULE✓5 OTf/EG�i✓ /•E S/,f7W.U. ^.U?.(/ELEYJU /LOGO L✓f1EeE "H ^' /:3 3=� °G7G�LE..a"...3• !/(/.3TaGG GX/e .:a7G�,o /•i 4G-�7YE '%/ "13 /WZ2� 77/411 9= G "d.U0 LE9s TH4.f15 =0 / O i T.4(/ ./3 O " E ` YF I - Zlni ^.2 7Z2 A1117A /.C/ /2" 67 7X /E 71 Qom• 7Y/E �X. OG4•.;t,° $TE+v i //(/ /t'.JGG .4'17AGY/7 s� /�E Q�E,Cii/UGS . .��B STO. •QC3 -c . - 6.... M4.UNOLE ;3U4LL BF GGOCEO OGGN/G '4Z4. M4NN04 E FR4MS" 4.10 COMS? SNAGG BE 4L/J4.NBQA FOU.VOQ✓ # A -/53/ OQ 6lQU44 W /T,4 I-OCA -MIG 0GV /CE A•10 GETTER °O" ON N4ME PLATE. 7. _. _ LUQB SECT /O.0 SHGLG A447rf/ 40a//4CE•U7- CUBB Li2CA5BB7e 3WZ-4 s O.-.U. 'PiY1� /.(/a^y40E GP1fOC 0_16ne, YJ'-a",q_-=olexg, 70 c"X1_q;,7 A3; apA, L?47:.ry B• //UGET9 U•FO dS a&,'1C7 16W 6'0.YG`9 84.61/.0 $V&Z .VdrBd 011W i>GM 5.A<'E O�' /2: s FE- !.7/Y7 IJLL OiE�EGT.�7!/s 7G� ✓aE�o lXlTtEr DiPE'6UO fi.V4tc .4drE G W�ziJ rC- 2�f�FG .�i.Ui9,s: .. .. 9: _ _ _ OL TEB,f/4T /YE eE /.UFOErEO L!T QoT /Q(l QC' THECLi!/TP�1GiY4B. -, /q_ _ _lyJL l- a.0 /2 /.(/G � .4GL EXF✓7C -�'O MET4G " LG QG' ad-, /'GU /2E0 �<'l6 -,E� f3>6wk�VT!G7( /, / /._.• COA/C.?GTC X'0.0 A44 Cd.PB /A/LETS 6 41- BE C.0- B- 3,000.,. /2... ovTLGr P /P6 Sa4GL. B6 7R1A4A460 TO J//E F /Ni14 5NA006 6WAM0 COWVOrd /y fMW50. /J5 ... A OZ(S) CAA/ BE Ad dCEO /A/ dAIV WALL. QEF� CITY- OF NEWPORT BEACH DRAWN PUBLIC WORKS DEPARTMENT APPRO\ LOCAL : DEPRESS /ON DETAIL .. _ IA/I CT /_C8A/CGAI AinrcL% DRAWI QC \WORKS DIRT `J R.E. NO. `'(.� srn And-1 ti Ll - 0,0r10Al41- Jollvr 4aDXP) F4 ® /1' IT HALF PLAN symm,s7RIew ..4,6007.4-A S,-,0.,-PAffe d COMS9 SEE AO 0 5zo.oE TO O✓711&7 ALL 0I.Q.-MOMS SECT /OA/ A -A .v 4 &D 19"C-4 2 -W 4a) a I aW poa mvr-�-, 'colq 0-cwrl�w IV41V GlQrA rlgQ // r61el4lv ;2/ r510,90/ldi- 0 9151C Al A?- - q1.-4,vz)4-0,0 0Apvlvp ARE 7, /0, /4' e 01, - 1 DZ'IFrS WVCN W 16 1,GS5 rA14A1 '6 4ZZ 004COETC gIV.444 69' C4A9-6 ,Qff6- Sr O •300-[,30 /•L e403-1 CITY OF NEWPORT BEACH • DRAWN 4- 44. DATE PUBLIC WORKS DEPARTMENT APPR D N )2-11-,> L PU , PU C WORKS DIRECTOR cuRa mzer rypE oi--A R.E. NO. DRAWING NO.S7,0-Sgg.5-1. OR L6"55 .3,a 2/ =0" mvr-�-, 'colq 0-cwrl�w IV41V GlQrA rlgQ // r61el4lv ;2/ r510,90/ldi- 0 9151C Al A?- - q1.-4,vz)4-0,0 0Apvlvp ARE 7, /0, /4' e 01, - 1 DZ'IFrS WVCN W 16 1,GS5 rA14A1 '6 4ZZ 004COETC gIV.444 69' C4A9-6 ,Qff6- Sr O •300-[,30 /•L e403-1 CITY OF NEWPORT BEACH • DRAWN 4- 44. DATE PUBLIC WORKS DEPARTMENT APPR D N )2-11-,> L PU , PU C WORKS DIRECTOR cuRa mzer rypE oi--A R.E. NO. DRAWING NO.S7,0-Sgg.5-1. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STod NO, A .EEO ML! A11-1 OG E DRAWN /Y• d. DATE 3 — /0= USLIC WORKS DIRECTOR R.E. NO.'�ti34 4 "h1 /.t/. . 4 • :: ;. iO�T /O�C/sl L BE,I/O r , ,; :. .NOTES STEP SPACING SA141-1- BE /S "' C -c. . . TO,QM 0.2G / f / /1'J�J l/yOL -S 1W,d TE.%2 / L L fjE /YJ G O STEEL , F4 B C� /C4 TEO O� 3 " '0G4 /o /3G 2 G,(/O GGL l�G�l✓ /ZEO aF-rL 2 _ CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STod NO, A .EEO ML! A11-1 OG E DRAWN /Y• d. DATE 3 — /0= USLIC WORKS DIRECTOR R.E. NO.'�ti34 0 0 March 10, 1969 TO: CITY COUNCIL FROM: Public Works Department to SUBJECT: CITY BULKHEAD AT END OF SHORT STREET AND TIDE GATES ON CITY DRAINS IN THE WEST NEWPORT CHANNELS RECOMMENDATION` That if the City Council desires to proceed with the subject project, $10,000 be allocated for the works DISCUSSION: As a result of flooding of West Newport streets caused by unusually high tides in December, a number of citizens requested that preventive measures be taken. The proposed betterments will prevent chronic flooding caused by the usual range of high tides, but will not prevent flooding caused by the high tides that occurred in December, 1968. The subject project will provide for the following: A new street end bulkhead, tide gate, and storm drain outlet at the end of Short Street at an estimated cost of $4,500. This work will prevent flooding at the intersection of 36th and Short Streets. 2. One tide gate in a new manhold at the northerly end of Clubhouse Road at an estimated cost of $1,000. This work will prevent flooding at the intersection of Short Street and Clubhouse Road. 3. Two tide gates in new manholes in the alley north of 32nd Street at the southerly end of the Rivo Alto. The estimated cost of these two manholes and tide gates, plus placing new backfill is $4,500. This work will prevent flooding in 32nd Street between Newport Boulevard and Marcus Streets, in the intersection of Finley Street and Newport Boulevard and in the first alley westerly. To further alleviate the problem caused by unusually high tides, the staff is encouraging the individual property owners to raise their bulkheads to +9.00 feet above mean lower low water. In addition, the requirement that all new bulkheads have a minimum elevation of +9.00 feet M.L.L.W. will be strictly enforced. Attached are two sketches showing the location of the proposed betterments. seph Devlin blic ks Director ,. Atts APPI DVED By CITY CC ; I DATE MAR 1 0 1969 Nov U S 2 �\ r Ac 9 b 0• 94 pap 1 0 aRpf/ oQ. c� y f• I11 clt �e�• sAt p. IA q0. GP \ fdds' ` \\ A\ —i r �' yn' N -pN •` � �h oo• �� 0• o > ° VI `J pry s 6 �� (v \\ / z 1 to �p 4r v /rs q0r , �.s• a /o t+ a r7�v T� N' �Opp�� �7 NP ID SCA S �4st b Alt n -Sp o WE. -fir -n- 'wr- .1r. jvr- .9c 49 ry LU '44 LU % Ads\ 'A Wi vi N vi UJ LL c- A .61 Sz it / .1 14 00/ 04F Vf IR �Ua 505' Vlr a. ol 14 %�' ..vcv tQ N %3 ol ivmt sz ire m ol ivmt ire m ;Is• '60f' ol .. O'cl .. ;Is• '60f' levy- -509. \.� N iri9L, .�00 ;j7P' f� CONTRACT NO. 1224 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES r � Approved by the City Council on this 26th Day of May, 1969 a ra Lagios, tV erc W o1►CkS NOTICE TO BIDDERS: 0 TY OF NEWPORT BEAC UPLIC WORKS DEPARTM CONTRACT NO. 1224 CONTRACT DOCUMENTS FOR SHORT STREET BULKHEAD and the 969 SHORT STREET AND 32ND STREET TIDAL STRUCTURES ADDENDUM NO. 1 Please be advised that sealed bids will be received at the office of the City Clerk, City Hall, Newport Beach, California 92660, until 10:30 A.M. on the 17th day of June, 1969, and will be opened and read at that time rather than;on the 16th day of June, 1969 as stated in the Notice Inviting Bids. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. �LP�ik.; /9�• GU's. Derek H. White Design Engineer Da to . k0W . CONSTRUCTION OF THE SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES CONTRACT NO. 1224 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1224 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 30 Construct P.C.C. Bulkhead and Lineal Ft. Appurtenances @ Two Hundred Sixty -Five Dollars and Nin Cents er Linea o0 2. Lump Sum Construct Tidal Control Structure #1 at Short Street Including Appurtenances @ Three Thousand Two Hundred Dollars. and Fifty Six Dollars Cents Lump Sum 3. Lump Sum Construct Tidal Control Structure #2 at 32nd Street Including Appurtenances @ Dollars and Cents Lump Sum E S 17EM­ NO. 4. 5. 7 9. 10. 0 39 ' Construct 24" (Class 3300) Lineal Ft. Asbestos Cement Storm Drain @ Fifty Four Dollars and Ninet Ei ht Cents er Linea oot 92 Lineal Ft: Construct 12" (Class 3300) Asbestos Cement Storm Drain @ Dollars and Cents Per Lineal oot 66 Construct Type "A" (Variable Lineal Ft. Curb Face) Curb and Gutter @ Ten Dollars and Ninety Cents Per inea oot 400 Construct 4" Thick P.C.C. - Square Ft. Sidewalk & Cut -off Walls @ Dollars and Cents Per Square Foot 370 Construct 6" Thick P.C.C: Square Ft. Street Pavement @ One Dollars and Fifty Three Cents Per Square Foot Revised //`db'/ Construct 3" Asphaltic //VOWS Concrete Patch 5 Tons @ Thirty Two Dollars, and Twenty Cents Per Ton 24 Construct 8" Mechanical Lineal Ft. Joint Cast Iron Pipe Sewer Main Stub @ Thirty Six Dollars and Ejohty F,Qnr Cents 0 1.2 $ 54.98 $2,144.22 $ $ $ 10.90 $ 719.40 5 $ 1.53 566.10 $ $ $ 32.20 $ 161.00 $ 36.84 $ 884.16 1.3 ITEM ITEM DESCRIPTION UNIT TOTAL NO. UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 25 Standard Street Lineal Ft. Barricade @ Dollars and Cents Per Lineal Foot 12. 20 5' Chain Link Fence Lineal Ft. @ Dollars and Cents Per L nea oot TOTAL PRICE WRITTEN ,IN WORDS: Fifteen thousand seven hundred nine Dollars and Ninety -eight Cents a $ $ $ 15,709.98 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10.30 A.M. on the 16th day of June , 1969 , at which time they wi b"f" be opened and read, for performing work as follows: SHORT STREET BULKHEAD and the SHORT STREET AND 32ND STREET TIDAL STRUCTURES CONTRACT NO. 1224 Bids must be submitted on the Proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the Proposal Form is to be retained \ by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the'words "SEALED BID" shall be cl.early marked on the outside of the envelope containing the bid. The Contract Documents that must be completed. executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 S—eiT Shall be affixed to aTT d�ocuments requiring signatures. In the case of'a Partnership, the signature of at ' least one general partner is required. No bids will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Contract Documents-be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1967 Edition and Supplements) as prepared by the Southern California Chapters of the erican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per.set. The City reserves the right to reject any or all bids and to waive. any informality in such bids. "" 9 City of Newport Beach, California Notice Inviting Bids 40 PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER.. AND IN ACCORDANCE MITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS 1• Concre *e Ckip Moorhead Lacuna Beach 2. 3- 4. 5• 6. 7• 8. 9• 10. 11. 12. PENHAIL MARINE_ INC_ BIDDER$ NAME (s) D. Penhall AUTHORIZED SIGNATURE rn ynnratinn TYPE OF ORGANIZATI-ON:: .. (INDIVIDUAL, CO!-PARTMERSNIP OR CORP) 791 97et Ctraot Newport Beach, California AooREss FORWIGINAL COPY SEE CITY CLERK'S F� COPY PAGE BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WEB 0 AS ►RINCI►ALO AND AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH CALIFORNIAN IN THE SUM OF DOLLARS LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND 'TRULY TO BE MADEp 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 CONSTRUCTI *N OF IN THE CITY OF NEWPORT BEACH] 15 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 (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (A)) DAYS NOT INCLUO'l'AfGS; SATURDAY AND SUNDAY) "FR:QM`THE DATE OF THE MAIWdI9G.; OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL..BY AND - FROM - SkiD.CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUT :IONS THEN THIS- OBLPGA'F'VON: -SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REM&A -M IN FULL FORCE AND EFFECTS AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE .SURETY FROM' 'ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF) WE HEREUNTO SET OUR HANDS AND SEALS THIS' DAY OF 19 . CORPORATE SEAL (IF CORPORATION) t (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) BY TI'TLE... PRINCIPAL SURETY Z* 96PLI"n Contract Bond — California Labor and Material — Public Work Bond No. SM13 KNOW ALL MEN BY THESE PRESENTS: That we, :ON" NAME COMMOMo M. of n3 =is= &mea. 1Mrmt somb Calits."s as Principal, and the General Insurance Company of America, a Corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto = W sum as Obligee, .' in the sum of ✓� J1�= 1 1� FM AM WIN e. Dollars t` for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, ,- administrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, whereas the above - bounden Principal has entered into a contract, dated 19, with the Obligee to do and perform the following work, to -wit: NOW, THEREFORE, if said Principal, or his or its subcontractors, shall fail to pay for any materials, provi- sions, provender or other supplies or teams, implements or machinery, used in, upon, for, or about the perform- ance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, as required by the provisions of Chapter 3, of Division 5, Title 1 of the Government Code, and provided that the claimant shall have complied with the provisions of said code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond the said surety or sureties will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations 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. SIGNED, SEALED and DATED this LM day of jib Wt y No premium is charged for this bond. It is ex- ecuted in connection with a bond for the perform- ance of the work described herein. .. ?r Principal GENERAL INSURANCE COMPANY OF AMERICA By /. - -�=�: Attorney -in -Fact 6.816 R 4/67 -.: . ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. •COUNTY OF LOS ANGELES On this 15th day of 318111 1969 before me per- sonally appeared Willi" R. Tr1U known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above viritten. Yid: I:in::: IIIIIIIIIIIIIIIIIIIIIIIYIIIIII :IIIII���YII!IIIIY�IIII�YIIIIII o 6 -CI'i. SEAL Notary Public in the State o California M. County of Los Angeles califomie (Seal) �, P r p 7ft ce In Los Angeles CountY1g71 s -7e0 Rt 7/66 Myy ri Commission Expires December 16 _ mm�mxnnlllnnn„ munnulluunnnunlnunnmm�llllnlunnlnnnmm�wr3 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT 0 PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED June 23, 1969 HAS AWARDED TO Penhall Marine, I.nc, HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR Short Street Bulkhead, Storm Drain and Tidal Structure IN THE CITY OF NEWPORT BEACH.y IN STRICT CONFORMITY WITH THE DRAWINGS AMC) . 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.TH13 !BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS ($ .) , 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,A331GNS, 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 RESPDCT 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 CALIFORm A. PAGE 6 LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS COMPANIESp 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 BONDS 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 TIMED ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS -BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGES EXTENSION OF TIMES 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 AND SURETY ABOVE NAMEC, ON THE DAY OF . . 196 (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) `SEAL) (SEAL) SURETY . APPROVED AS TO FORM: CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTS CITY 'CLERK .a 111110A °'t Contract Bond - California Faithful Performance - Public Work Bond No. 03%13 Initial premium charged for this bond is .� subject to adjustment upon completion of— cantract at applicab e rote an final contract price. KNOW ALL MEN BY THESE PRESENTS: THAT "no" majo =W===• = of 223 21st $ttvrt- � -rt 21@wj ht Le=liff rldse as Principal, and the General Insurance Company of America, a Corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CM fV 5 111= in the sum of Dollars (8 7ANa" ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, Whereas the above- bounden Principal has entered into a contract, dated , 19_, with the cm Of affamn aw" to do and perform the following work, to -wit: : wt ftrest 1lI11 NOW, THEREFORE, if the above - bounden Principal shall faithfully perform all the provisions of said contract, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED and SEALED this 15111 day of psi] _'1949 . GENERAL IN RANCE COMPANY OF AMERICA MUM L Anomey- in•Fact 9 StS 5164.• �...�.w. .. K.^ ..u..-rtriiY: ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 15th day of July 1969 before me per- ' sonally appeared VIM= R. hits known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year to this certificate first above written. _ ._ i r _ SEA mwmnnrac `\ FAL € Notary Public in the State'of California County of Los Angeles F f W FaAhc California Seal sl Prin;ipa Office io Los Angeles County A1y Commission Expires December 16, 1971 S -760 R1 7166 ' ounrrxxrnxruuruenunimunrwmwrnwmmnuxmxmnumm�inuxuu71 0 0 PAGE 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 June 23 1969 HAS AWARDED TO Penhall Marine, Inc. HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR Short Street Bulkhead, Storm Drain and Tidal Structure IN T14£ CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, 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 TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS$ AND ASSIGNS; FOR WHICH PAY - MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVESS OUR HEIRS$ EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH$ THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:,AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS'OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. PAGE 8 (PERFORMANCE BOND - CONTINUED) AND SAID SURETYO FOR VALUE RECEIVED HEREBY STIPULATES AND AGREES THAT NO CHANGES EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGES EXTENSION OF TIMES ALTERATION OR ADDITION TO THE TERMS OF THE CONI- 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.9 THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMEDS ON THE DAY OF 196 . APPROVED AS TO FORM: CITY ATTORNEY (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) SURETY 0 FOR ORIGINAL SEE CITY CLEFS COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. STATEMENT ATTACHED TO CITY CLERK ORIGINAL Signed .I • FOR ORI6IfM SEE CITY CLERK'*FICE Page 10a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Person Completed For Whom Performed (Detail) to Contact Telephone No. 1967 Fluor Corp & Huntington Pacific Everett Dodge 1968 R.M. Kerns (bulkhead at Fun Zone) Bob Horns (s) A.D. Penhall Signed • 0 PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF , 196_j-, BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND Penhall Marine, Inc. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. 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 Short Street Bulkhead, Storm Drain and Tidal Structure AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY , AND TO DO EVERYTHING REQUIRED BY.THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSB 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, ADMINISTRATOR$, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE 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 AGREEMENT. 2/7/67 . • PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF .WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED.BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE 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 FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY2 HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN*. CITY OF NEWPORT BEACH, (COAL- II FOORN I A By. U x' \ 47ll�tf(D�1tl/ MAYOR ATTEST: CITY CLE#fiK CONTRACTOR BY: TITLE 8Y: APPROVED AS TO YOM: ITY ATTORNEY TITLE (SEAL) SHORT S?' -• /.S :- /Ck' "': -'.� &IFIC INDEMNITY GUMPl f ' CERTIFICATE OF INSURANCE As CITY OF NEWPORT BEACH E� cr guy y CITY CHALL CLARg Nf'pa -qr �? NEWPORT BEACH, CALIFORNIA THIS IS TO CERTIFY as to the existence as of this date of the below described insurance with the Pacific Inde ' y: Company. Sbould any change occur in this insurance, the undersigned will endeavor to give written notice to the holder of this certificate, o give such notice shall impose no obligation or liability upon the company or the undersigned. Name of Insured L. Be PENHALL COMPANY, INC., ETAL Address of Insured 1408 WEST CENTER STREET, ANAHEIM, CALIFORNIA Location of Risk STATE OF CALIFORNIA - Description ofRi,kOPERATIONS OF THE INSURED INCLUDING AUTOMOBILE AND COMPLETED OPERATIONS LIABILITY Workmen's Compensation: Policy No. Term: from to Comprehensive Liability: Policy No. LAC 200935 Term: from 1 -29 -69 fO 2 -28 - 72 Comprehensive General Liability Insurance: Bodily Injury Liability $ 100, 000. 00 each person. $ 300, OOO.00 each occurrence, $ 300, OOO.00 aggregate. Property Damage Liability $200,000.00 each occurrence. $ 200, OOO. OO aggregate. Comprehensive Automobile Liability Insurance Bodily Injury Liability $ 100, 000. 00 each person $ 300, 000.00 each occurrence Property Damage Liability $200,000.00 each occurrence , Owners', Landlords and Tenants' Liability: Policy No. Manufacturers' and Contractors' Liability: ❑ Term: from to Bodily Injury Liability $ each person. $ each occurrence. Property Damage Liability $ each occurrence. E aggregate. Polity Ne'.. Lt -:7eft from This CerWitdeofllnturalYce n6ithbr-offfrmatitrilily or r%egkftivety Y,Mf nds; extends ar'alters - the coverage afforded by any of the above mentioned policies. - -- - - - - -_ - REMARKS: + .. SEE OILER Certified tb;r 25th cloy of JULY H. H. STABBERT'TINSURANC $ y' INC. AJS:gl By .F.ne M0036C 16681 - - - . -.. mss....._... —:. _..:. _ '_... ..- ».�. 7 5 It is agreed th t the City of Newport Beach is an . Additional Ins BUT ONLY AS RESPECTS work performed..for them by the Named Insured. It is further agreed thaithis policy may not be cancelled, materilly changed, nor the amount of coverage...thereof reduced until the company has mailed written notice to the City Clerk of the City of Newport Beach, City Hall, Newport Beach California, stating when (not, less than Ten (10� Days thereafter) such canceljdttion, change, or reduction shall be effective.;-Delivery of such written notice by the company shall be equivalent to mailing. JULY 25, 1969 LOS ANGELES, CALIFORNIA PACIFIC INDEMNITY COMPANY BY: -it tQ rt s6 • "Vou ;t '" ....� •v.:. _. �'. SAC'. 1d "A�na�. ' a . C -1224 See Contract File for 24" X 24" Waterman Model QS -30f Cast Iron Sluice Gate May 4, 1970 P,mhall Marine, Inc. 216t Street M Newport Beach, California Subject: Surety laneral Insurance Company, of America Bonds No. 839,613 Project Short Street Bulkhead and the Short and 32nd yr t Tidal Structures Contract No. 122 The City Council on February 24. 1970 accepted the work. of subject project and authorized the City Clerk to file a Notice o€ Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on March 9, 1970, in Book No. 9233, Page 952. Please notify your Surety company that bonds may be released 35 days.sttes recording date. Laura Lagios City Clerk dg cc: Public Works Department NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: %y3 -3 vim. f'Fi YOU WILL PLEASE TAKE NOTICE that on November 25, 1969 the Public Works project consisting of Short Street Bulkbsad and the Short Street and -32nd Street Tidal Structares on which Pehhall Marine, Inc. was the contractor, and General Inrurance Cawa=X of America was the surety, was completed. T CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 26. 1970 at Newport Beach, California. VERIFICATIQN OF1 CITY I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 24. 1970 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on February 26, 1970 at Newport Beach, California. lb 1 CITY OF NEWPORT BEACH - PUB0 C WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. Final 5% FOR PERIOD ENDING April 3. 1970 6fC=9'-Jq1%=- off.TiTiAlrenw, 71M, 04751112 BUDGET NO. 02- 4127 -195 CONTRACT NO. 1224 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED ORIGINAL CONTRACT' EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED LESS A RETENTION L $15,859.34 Send Payment to: LESS PREVIOUS PAYMENTS 15,073.84 Penhall Marine, Inc. AMOUNT DUE THIS REQUEST $ 785,50 223 - 21st street Newport Beach, California 92660 1 HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED ✓/ , , SIGNED ,e,-ENGr1 NEER CONTRACTOR BY r CITY OF NEWPORT BEACH - PUBLIC WORKS D RTMENT MEMO TO: Wade Beyeler, George Dawes, Pat Dunigan en Nolan, Guy Prewitt FROM: Ed McDonald SUBJECT: SHORT STREET (C -1224) Date February 10, 1970 There will be a meeting Friday, February 13, in the field office of the Public Works Department at 9:00 A.M. for a critique on the subject project, Copies To: gne PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS 0 0 • MINUTES SHORT STREET CRITIQUE C -1224 IN ATTENDANCE: Ed McDonald Wade Beyeler Pat Dunigan Guy Prewitt 1. PROJECT PLANNING AND FINANCING Ed McDonald pointed out that the City should "advance" design projects of this nature before budgeting in order to avoid the lack of funding which occurred on this project. Pat Dunigan suggested that part of the problem was the fact that we did not have any recent cost experi- ence in this area. 2. DESIGN FEATURES The following points were brought out: a. A sluice gate should not be used in a tide gate. A circular one is better suited. b. The gate valve access cover should be sized for easy removal and maintenance. c. Consideration should be given to street end shore moorings, ladders, etc. 3. LEVEL OF INSPECTION The overall level of inspection was considered marginal. 4. CONTRACT ADMINISTRATION Contract administration was considered satisfactory. 5. QUALITY OF WORK The quality of the work was judged extremely poor. 6. COOPERATION AND COMMUNICATION The contractor made various attempts to do work without notifying the City. The contractor's superintendent tried to go around the normal lines of communication and authority to get his way. • 7. SUGGESTIONS FOR IMPROVING PROCEDURES ON FUTURE PROJECTS i The scope of the project and expected quality of work should be clearly defined to this contractor on any future jobs he may get. Guy C. Prewi tt Administrative Assistant GCP /bg `J • CAP NEWPORT BEACH - PUBLIC WORKS fARTMENT PROGRESS PAYMENT REQUEST NO. 3(F) FOR PERIOD ENDING January 16, 1970 PROJECT:- Short Street Bulkhead and Tidal Control Structure BUDGET NO. 02- 4197 -195 CONTRACT NO. 1224 NO. 1. P.C.C. Bulkhead 265.97/LF 30 7,979.10 2. Tidal Control Structure 3,256.00/LS 100% 3,256.00 3. Deleted -- -- 4. 24 Inch A.CP. Storm Drain 54.98/1-F 39 LF 2,144.22 5. Deleted -- -- -- 6. Curb and Gutter 10.90 /1-F 71 LF 773.90 7. Deleted -- -- -- 8. P.C.C. Street Pavement 1.53 /SF 432 SF 660.96 9, A.C.Patch 32.20 /Ton 5 Tons 161.00 10. 8 Inch C.I.P. Sewer 36.84/LF 24 LF 884.16 11. Deleted 12. Deleted 15,859.34 ORIGINAL CONTRACT $ 15,709.98 Z-2_ EXTRAS TO DATE -- l� q S d payment to: CONTRACT TO DATE 15,709.9 � /j /fiT // /p✓�. Penhall Marine, Inc. AMOUNT EARNED 15,859.34 - 223 - 23st Street LESS 10%, RETENTION 785.50 Newport Beach, California 92660 LESS PREVIOUS PAYMENTS 11,848.98." AMOUNT DUE THIS REQUEST 3,224.86 HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED� SIGNED LNGIN,&tR ON CTOR c r' BY 0 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Penhall Marine 223 - 21st Street Newport Beach, California 92660 ATTENTION: SUBJECT: S treet Bulkhead and Tidal Control Structure -122 We are transmitting the following: No. Copies Description irks: to: 3 Date January 16. 1970 Progress Payment Request No. 3(F) Please sign original and one copy. Return two copies to our office* and retain one copy for your files. 6PDJem Enc. By: 6. P.Dunigan, Jr. Field Engineer November 21, 1969 TO: FIELD ENGINEER FROM: Design Section SUBJECT: SHORT STREET BULKHEAD REVISIO , C -1224 Reference is made to the subject'project and the bulkhead panel modifications adjacent lip the existing sewer requested by the Contractor for his convenience of construction. The Contractor representative and the Inspector were notified on Friday, September 5,1969, at the time of casting the bulkhead panel and when the modification to eliminate a portion of the panels under the existing sewer siphon, that he would be required to pressure grout the existing soil behind the omitted panel areas to the tip elevation of the proposed panels. The grout to be used shall be a chemical grout that will solidify the sand sufficiently to distribute pressure areas and to avoid undermining the new improvements when excavating for the future sewer siphon adjacent to the new bulkhead. Ed McDonald Assistant Civil Engineer EM/ 1dg CC: Penhall Marine November 21, 1969 TO: FIELD ENGINEER FROM: Design Section ( .._. SUBJECT: SHORT STREET BULKHEAD RE 1224 Reference is made to the subject project and the bulkhead panel modifications adjacent to the existing sewer requested by the Contractor for his convenience of construction. The Contractor representative and the Inspector were notified on Friday, September 5, 19699 at the time of casting the bulkhead panel and when the modification to eliminate a portion of the panels under the existing sewer siphon, that he would be required to pressure grout the existing soil behind the omitted panel areas to the tip elevation of the proposed panels. The grout to be used shall be a chemical grout that will solidify the sand sufficiently to distribute pressure areas and to avoid undermining the new improvements when excavating for the future sewer siphon adjacent to the new bulkhead. Ed McDonald Assistant Civil Engineer EPijldg CC: Penhall Marine r ! CITY OF NEWPORT BEACH - PUBLBC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO, 2 FOR PERIOD ENDING November 20, 1969 PROjECT> Short Street Bulkhead and Tidal Control Structure BUDGET NO. 02- 4197 -195 CONTRACT NOo 1224 ITEM CONTRACT PERCENT AMOUNT N0, CONTRACT ITEM PRfCE COMPLETE EARNED 1. PI C.C. Bulkhead $ 265.97/1- 30 $ 7,979.10 2. Tidal Control Structure 3,256.00L5 50% 1,628.00 3, kDeleted I I __ __ i __ � 4. Vf I24Inch A.C.P. Storm Drain 54.98/L 39 LF 2,144.22 5. Deleted -_ -- -- 6. (Curb and Gutter 10.90/L -- 7. Deleted 8. P.C.C. Street Pavement 1.53 /Si c 9. A.C. Patch 32.20/T n 10. 18 Inch C.I.P. Sewer 36.84/1- 24LF 884.16 11. Deleted 12. i0eleted ORIGINAL CONTRACT EXTRAS TG DATE CONTRACT To DATE AMOUNT EARNED LESS 4, RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THiS REQUEST $ 15,709.98 15,709.9 fid end Payment t� 12,635.4 Penhall Marin . 785.50 223 -21 St St 4,323.19 Newport Beach, 7,525.79 12,635.48 i HEREBY CERTIFY THAT THE ABOVE ,AMOUNTS AND VALUES ARE CORREC)"o S iGNED SIGNED ,,�-,7ENG I N R ONT A TOR / BY ,�� "y� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Penhall Marine, Inc. 223 - 21st Street Newport Beach, California 92660 qp Date November 20, 1969 ATTENTION: SUBJECT: Short Street Bulkhead and Tidal Control Structure, -1224 We are transmitting the following: No. Copies Description Remarks: 3 Progress Payment Request No. 2 Please sign original and one copy. Return two (2) copies to our office and retain one copy for your files. Copies to: By: Ar/ G.P.Dunigan, Jr. GPDJem field Engineer Enc. OPRELIMINARY TESTS PRIngg,,,, COUNTY OF ORANGE COMPRESSION TEST TO AWARD OF CONTR ROAD DEPT. OPOTENTIAL SOURCE SA LLD Ma4erial Tesfing Secfion TEST NO. 4 Lj� AFTER AWARD OF CONTRACT REPORT OF TESTS ON ® ® ®. CONTROL TESTS ON FIELD O. ® MATERIALS ACTUAL4Y P. C. C. orer IW.O..r N P.0. No. a Aura 42410 ENTERING INTO WORKS • O SPECIAL TESTS Q II CLASS: ie SIZE : / s FED. DATE IF CONTRACT. USE CONTRACT ITEM ROAD NO. PROJECT NAME Si/m,�T T RESIDENT ENGINEER (INSPECTOR) �' p N ® CONTRACTOR SEND REPORT TO: CONSTRUCTION OUTSIDE MAINTENANC SUB'D " '. PERMITS 0 AGENCY: Cl x' AGENCY T �, i= /Y ELJPO,CT 6�ygl�}l J SAMPLE OF CGA53 yDn CO NtI =ETG SAMPLE FROM LOCH. OF SOURCE I DATE SAMPLED jpg_,j BY 6, oN + 'T ra IrLE RECEIVED a_ 2.- FOR USE IN STQlicT, ,�TiO t 0 ■____ COMPRESSION TEST ®®® ® ® ®. m�I MEN 1S0 BILLING WILL BE T END OF MAT GI NE RESIDENT ENGINEER (CITY ENGR) FJ0II -I3.1 CONCRETE do MIX DESIGN P6N h��GL /L1Ri2I >� 6 ANC. 6Ta /L c -izuf 1Yo�/"� y -61r �- 3 1-110, d14- Col, P G//v /Y �/�iS Lli .$S % /i✓ C G G./J E FG G /.y o /�-/� v�� b E 2 vac- To Ti5'� �AvT T/'A� /�� � of TiYE Gai ✓T/�Q� .c? EGG %G/J� I-2A S To c�rn�GF7oN Gfi�S Ti�,c /v �.��' Qr/ /Tc ,c °,� Tf''� cd.yr��a ETA..: o� T,�✓e 9��T STi�� �T coi ✓ %/� -.�'cT tea^ -/�- !� T.,iE Go %tT��or.�. ice✓ dS /--�ra Ti5F• til- Fr/ ^- '� S�IC�S� %f''�% i9GG G /�1G /bAl; /vow �/�iS Lli .$S % /i✓ C G G./J E FG G /.y o /�-/� v�� b E 2 vac- To Ti5'� �AvT T/'A� /�� � of TiYE Gai ✓T/�Q� .c? EGG %G/J� I-2A S To c�rn�GF7oN Gfi�S Ti�,c /v �.��' Qr/ /Tc ,c °,� Tf''� cd.yr��a ETA..: o� T,�✓e 9��T STi�� �T coi ✓ %/� -.�'cT tea^ -/�- !� T.,iE Go %tT��or.�. ice✓ dS /--�ra Ti5F• til- Fr/ ^- '� S�IC�S� %f''�% i9GG G /�1G /bAl; b CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. I FOR PERIOD ENDING PROJECT: SHORT STREET BULKHEAD AND TIDAL CONTROL STRuffuRF BUDGET NO. 02- 4197.196 CONTRACT NO. 1224 - ITEM CONTRACT PERCENT AMOUNT N0. CONTRACT ITEM PRICE COMPLETE EARNED 1. P.C.C. BULKHEAD $ 265.97/LF 15 LF 3,989.55 2. TIDAL CONTROL STRUCTURE 3,256.00/LS 26% 814.00 3. DELETED -.. ... -� 4. 24 INCH A.C.P. STORM DRAIN 54.98/LF 223 - 21st Street LESS PREVIOUS PAYMENTS S. DELETED •� _.. ___ 6. CURB AND BUTTER 10.90 /LF ABOVE AMOUNTS AND VALUES ARE CDR T. 7. DELETED ... •� -.- 8. P.C.C. STREET PAVEMENT 1.53/SF ON ACTO 9. A.C. PATCH 32.20/Tcm 10. 8 INCH C.I.P. SEWER 36.84/LF 11. DELETED ... - -- 12. DELETED .� �. -•_ $4,803.55 _1 ORIGINAL CONTRACT $15,709.9 EXTRAS TO DATE &2r /0- L$ -6-oJ CONTRACT TO DATE /A v1' AMOUNT EARNED $ 4,803. nd Paywmt to: Penhall Marine, Inc. LESS MO RETENTION 480.36 223 - 21st Street LESS PREVIOUS PAYMENTS - -- Newport Beach, California AMOUNT DUE THIS REQUEST $ 4,323.19 1 HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CDR T. SIGNED / �/ SIGNED /or ENGIN t� R ON ACTO BY RECEIVED 3v 2 4 1969 SNOF2T Sr TIDAL STRUCTl1RE C-1224 PRECAST STRUG7 uRE &WIT is -23- 69 PRECAST STRUCT!/.PE" UN7T /O -Z.3- 69 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Penhall Marine, Inc. 223 - 21st Street Newport Beach, California 92660 ATTENTION: SUBJECT: Short Street Bulkhead and Tidal Control Structure C -1224 We are transmitting the following: Remarks: Copies to: 3 Description Progress Payment No. 1 Please sign original and one copy. Return two copies to our ifice and retain one copy for your files. Enc. G.P.Dunigan, Jr. By: Field Engineer- OPRELIMINARY TESTS PP' DESIGN OF MIX TO AWARD OF CONT OPOTENTIAL SOURCE SA PLED AFTER AWARD OF CONTRACT CONTROL TESTS ON MATERIALS ACTUALLY % ENTERING INTO WORKS . O SPECIAL TESTS • COUNTY OF ORANGE ROAD DEPT. Material Testing Section REPORT OF TESTS ON P. C. C. CLASS: A SIZE: /r TEST NO. ,<5?— 4%p , 47 FIELD NO. CONT.t` IY/.O. g P.O. No. Pr ANPP) FED. NO. DATE REPTD. 9-2E / ROAD NO. PROJECT NAME ei40ifT RESIDENT ENGINEER (INSPECTOR) TO NNSOA/ CONTRACTOR SEND REPORT TO: CONSTRUCTION OUTSIDE 1,71 MAINTENANCE SUe'DI —I PERMITS (—I AGENCY: SAMPLE OF C ogS's fA II ply SAMPLE FROM LIMITS OF SAMPLE (�yLKyEAtl �r %D.9G �T LOCH. OF SOURCE /� //// MANUFACTURER& LOCATION 424SA -(/J.EcT LAI -, .�4,yr,9 HNA :PRESENTED DATE SAMPLED gam+ =6'9 BY 6� .TONNrOA' TITLE RECEIVED���,� FOR USE IN 3� BULA!NE'gtl Q2 ECR 37 �i%IYEf.S BILLING WILL BE MADE AT END OF MONTH RESIDENT ENGINEER (CITY ENGR.) FJ0II -45.1 CONCRETE 6 MIX DESIGN MATERIALS ENGINEER DESIGN OF MIX COMPRESSION TEST % % % % COMS, eP[Ce. CYL. MO' OATH SROREN AOE DAYS SLUMP CEMENT CONTENT ADMIX. PAI G't'' /ASO 3 9 z9 z 4 2-5 2'h 2 I�2 1� % 4 & 16 30 50 100 100 SAND EQUIV. WET DRY AVG. SPEC. REMARKS: BILLING WILL BE MADE AT END OF MONTH RESIDENT ENGINEER (CITY ENGR.) FJ0II -45.1 CONCRETE 6 MIX DESIGN MATERIALS ENGINEER CITY# NEWPORT BEACH - PUBLIC WORKS tjARTMENT MEMO TO: Tr.ii..0 �wa.— QTT,��0.2 1 DATE SUBJECT: Swop ter.. �v�«c ae�� 12-- T ct0GTvQ- G -1'LLy $-A b ,,. IIT= -h. c.: V 2::. = C_ kAw S4 �..� —r.{ �. Z4• 1 lP.".'L�Z,.MA�J C_n.5- 1Zo� SOU �Mtz, L •S,G -�y-St l i?S- i_, - T ^tr��= ( -Ic� -T61i5 e � C a.Tl- �S 1Jo -A.V U5N -vu-m 0 �.5 ���y - +_lPPanLi NA COPIER TD: SIGNED PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS Yit. .4w CALIFCVNIA PRELININARYONOTICE In Accordance With Section 1191, California Cede Of Civil Procedure and Section I210, California Government Code r ORIGINAL CONTRACTOR or Reputed Contractor, if any Penhall. Marine. 1w ZP - 21st St. $' iMA it (this must be furnished to construction lender — optional as to owner or contractor) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. Dated: ApSm 26_. 1969 President .. (signature) obert G. Miotti (title) This.form is recognised by the following organisations: BUILDING MATERIAL DEALERS CREDIT - ASSOCIATIIONT -"•`" CALIFORNIA BUILDING MATERIAL DEALERS ASSN J - CALIFORNIA LICENSED CONTRACTORS A "" LUMBER ASSOCIATION OF SOOTHE 191ft YOU ARE HEREBY NOTIFIED THAT . . . - (Our job No. C.B. 181) CONSTRUCTION LENDER or Reputed Construction Lender, if any (name of person or firm furnishing labor, services, equip- , i^ `°"dr`9: CrxaeYMr Corp ' ' •' s x _, ment or material) ,s = 120 S. Boyle Avenue (address of person or firm furnishing labor, services, equip- 1 Los Regales, Calif. 90023 ment or material) has furnished or will furnish labor, services equipment or materials of the following general description: ' O FOLD HERE Furaiah only misc. hardware for (general description of the labor, services, equipment or W COHatruction of storm drain structures material furnished or to be furnished) N for the building, structure or other work of improvement located at: Short St. Bnllth�d k Short St. 81 E (address or description of lob site OWNER or PUBLIC AGENCY 32nd St. Tidal Structures, Newport Beach Ror Reputed Owner (on public work) sufficient for identification) (on private work) The name of the person or firm who contracted for the put chase of such labor, services, equipment or material is: C City of Newport Beach Penhall Marine, Inc. City Hall O 3300 Newport 223 - 21st St. Newport Beach. Calif. P J Newport Beach, Cal. 92660 I (address of above person or firm) Y An estimate of the total price of the labor, services, equip- , FOLD HERE ment or materials furnished or to be furnished is: r ORIGINAL CONTRACTOR or Reputed Contractor, if any Penhall. Marine. 1w ZP - 21st St. $' iMA it (this must be furnished to construction lender — optional as to owner or contractor) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. Dated: ApSm 26_. 1969 President .. (signature) obert G. Miotti (title) This.form is recognised by the following organisations: BUILDING MATERIAL DEALERS CREDIT - ASSOCIATIIONT -"•`" CALIFORNIA BUILDING MATERIAL DEALERS ASSN J - CALIFORNIA LICENSED CONTRACTORS A "" LUMBER ASSOCIATION OF SOOTHE 191ft TO: FIELD ENGINEER FROM: Project Engineer C' /ZZ1 August 7, 1969 SUBJECT: SHORT STREET BULKHEAD AND TIDAL STRUCTURE, C -1224 Attached for your use are three sets of Plans. Special Provisions, Proposal (including contract prices) and Addendum. The contract was executed by the City on August 4, 1969. Also attached is a copy of our Irtter of Authorization to proceed to the contractor requesting that he arrange a meeting with is to schedule his work. As you know, the quantity of work has been reduced as shown by the Proposal items. Sheet 3 Of the Plans is for all the work at the 32nd Street location which has been eliminated. Sheet 3 is thereforenot included with this package. Those items eliminated from Sheet 2 can be shown when As- Guilts are prepared. alF Derek H. White Project Engineer DHW /em Atts : i . �G CITY OF NEWPORT BEACH Date August 6, 1969 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No, 1224 an(] 32nd Street Tidal Structures Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor.and Bonding Company. Contractor: Penhall Marine. Inc. Address: 99�) 91'+ e+., + R..nh Amount: $ , Effective Date: August 4, 1969 Resolution No. 7022 adopted on LL:dg Att. cc: Finance Department El i RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR , Contract No. WHEREAS, pursuant to the notice inviting bids for work in connection with do ghget Sts t Md $bWt •tmot —A i4�! !lurt tiAt •ttuetum , in accordance with the plans and specifications heretofore adopted, bids were received on the 17tb day of id" , 1969 , and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is PIMUL NAWM, ZO. ; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of ljojau. W 8 10, for the work in the amount of $ 13,709," be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 23rd day of A , 19 69 . Mayor ATTEST: City Clerk i=t5h 6/19/69 <u C RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR Contract No. lttl WHEREAS, pursuant to the notice inviting bids for work in connection with the RX"M Ltswt 1r11he" am hest Ltr"t =A 31ed LtsMt ti41 tttyatmm, Gatmt 3114 , in accordance with the plans and specifications heretofore adopted, bids were received on the 17th day of jow 19 69 , and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is rowy,Nam. W. ; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of !'6jLL MARISA IN, for the work in the amount of $15.810610 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 1314 day of .ice , 1969 . Mayor ATTEST: City Clerk =,A 6/19/69 L] qq Penhall Marine, Inc. 223 -21st Street Newport Beach, California Attention: Mr. A. D. Penhall 0 r -,22� August 6, 7969 Subject: Short Street Buckhead and Tidal Structure, C -1224 Gentlemen: Enclosed for your information and files is a fully executed copy of the contract for the subject project. Also enclosed is the bonding company's copy of the contract. Please proceed with the construction in accordance with the Plans, Specifications and Special Provisions. The contract was executed by the City on August 4, 1969. Please arrange a meeting with our Field Engineer, Mr. Pat Dunigan, and myself at your earliest convenience in;order to schedule your work. In the meantime, if you have any questions, please call Mr. Dunigan or myself at 673 -2110, Ext. 26. Very truly yours, Derek H. White Design Engineer DHW /bg cc: Pat Dunigan July 29, 1969 TO: CITY CLERK FROM: Public Works Department SUBJECT: SHORT STREET BULKHEAD AND THE SHORT STREET AND 32ND STREET TIDAL STRUCTURES. C -1224 i Attached are four sets of Contract Documents and Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all documents have been executed by the Mayor and your office, please retain your copy and return the Contractor's, Public Works, and Bonding Company's copies to me. ik re H. White Project Engineer DHW /em Atts. July 22, 1969 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: SHORT STREET BULKHEAD AND TIDAL STRUCTURE C -1224 Attached are four sets of contract documents and Insurance Certificates for the subject project as executed by the Contractor. Please review for compliance with City requirements and return at your earliest convenience. Derek H. White Project Engineer DHW /em Atts. �o v 0 • <f- 1Z-zf" July 22, 1969 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: SHORT STREET BULKHEAD AND TIDAL STRUCTURE C -1224 Attached are four sets of contract documents and Insurance Certificates for the subject project as executed by the Contractor. Please review for compliance with City requirements and return at your earliest convenience. Derek H. White Project Engineer DHW /em Atts. 0 CITY OF NEWPORT BEACH REQUEST FOR FUNDS TO: FINANCE DIRECTOR FROM: Public Works Department SUBJECT: REQUEST FOR FUNS • DATE July 10, 1969 REQUEST FOR ADDITIONAL FUNDSO $ 6000.00 FUNDS ARE NOT AVAILABLE IN THE CURRENT BUDGET* ADDITIONAL APPROPRIATION TO ACCOUNT 1 02- 4197 -195 IS REQUESTED. ADDITIONAL FUNDS ARE NEEDED FOR: construction of. the ..bulkhead; storm drain,: and tidal control structures at Short Street End. REQUEST FOR TRANSFER OF FUNDS g TRANSFER FROM ACCOUNT IF TO i- FUNDS ARE AVAILABLE IN THE CURRENT BUDGET* TRANSFER OF FUNDS IS NEEDED FOR: APPROVED: CITY MANAGER FINANCE DIRECTOR 11 CITY OF NEWPORT BEACH REQUEST FOR FUNDS TO: FINANCE DIRECTOR '. FROM: Public Works Department SUBJECT: REQUEST FOR FUNDS -- REQUEST FOR ADDITIONAL FUNDS, $ 5.709.98 -DATE June 26, 1969 FUNDS ARE NOT AVAILABLE IN THE CURRENT BUDGET. ADDITIONAL APPROPRIATION TO ACCOUNT # 02- 4197 -195 IS REQUESTED. ADDITIONAL FUNDS ARE NEEDED FOR: construction of a street end bulkhead, tidal structure, and storm drain at the Short Street end. (See City Council Memo G-B, June 23, 1969) REQUEST FOR TRANSFER O�F11 FUNDS, $ TRANSFER FROM ACCOUNT B yy TO R' FUNDS ARE AVAILABLE IN THE CURRENT BUDGET. TRANSFER OF FUNDS 15 NEEDED FOR: APPROVED: CITY MANAGER FINANCE DIRECTOR 4- � : � DEPARTMENT HEAD of CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 June 25, 1969 Penhall Marine 223 - 21st Street Newport Beach, California 92660 7 O g, % SUBJECT: SHORT STREET BULKHEAD, AND SHORT STREET AND 32ND STREET TIDAL STRUCTURES (C -1224) Gentlemen: Enclosed are four copies of the Contract Documents for the construction of the subject project. Action awarding this contract to you was taken by the City Council on June 23, 1969. It will be necessary for you to execute the Labor and Material Bond, Performance Bond, and the Contract. The date of the Contract is to be left blank, and it will be filled in when the City executes the agreement. The value of each Bond is to be 50% of the amount of the bid. 4 l` The contract documents will be distributed as follows: (1) City Clerk, (2) Public Works Department, (3) Contractor, (4) Bonding Company. C �j1011 9 In addition to the above documents, please submit certificates for Public Liability and Property Damage Insurance and Workmen's Compensation Insurance. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The City of Newport Beach is to be named as an additional assured on the Public Liability and Property Damage Insurance. 4V 2. The limit of the insurance shall be as follows: A. Limit of liability for injury or accidental death: Each person $250,000.00 Each accident 500,000.00 Aggregate products 500,000.00 B. Limit of liability for property damage: Each accident $100,000.00 Aggregate protective 500,000.00 Aggregate products 500,000.00 Aggregate contractual 500,000.00 ' 0 • Page 2. 3. The Policies shall be endorsed as follows: "It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancel- lation or reduction in coverage." The specifications require that all of the above doucments be executed and returned to the City within 10 days after they have been mailed to you. Very truly yours, Derek H. White Design Engineer DHW /em cc; Pacific Indemnity 3200 Wilshire Los Angeles, California 90054 u Penhall Marine, Inc. 223 21st Street Newport Beach, California vice- Attention: Mr. Al Penhall, President July 8, 1969 Subject: Short Street Bulkhead, Storm Drain and Tidal Structure (C -1224) Gentlemen: Attached is a copy of a memo to the City Ccuncil from the Public Works Department offering three alternatives regarding the outcome of the bids for the subject project. Also attached is the City's Resolution No. 7022 which shows that the Council selected alternative (b). Alternative (b) intends that we eliminate all the proposed work at the 32nd Street location and the sidewalks and barricade at the Short Street location. The revised value of the contract would then be approximately $15,709.98. If you agree to do the revised quantity of work for the price bid, contract documents so prepared are attached for your execution. If you have any questions, please call me at 673 -2110. Very truly yours, Derek H. White Project Engineer DHW /ldg Atts. r CITY OF NEWPORT BEACH CALIFORNIA Penhall Marine 223 - 21st Street Newport Beach, California 92660 . City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 June 25, 1969 SUBJECT: SHORT STREET BULKHEAD, AND SHORT STREET AND 32ND STREET TIDAL STRUCTURES (C -1224) Gentlemen: Enclosed are four copies of the Contract Documents for the construction of the subject project. Action awarding this contract to you was taken by the City Council on Ju,ae -L3, 1964 It will be necessary for you to execute the Labor and Material Bond, Performance Bond, and the Contract. The date of the Contract is to be left blank, and it will be filled in when the City executes the agreement. The value of each Bond is to be 50% of the amount of the bid. The contract documents will be distributed as follows: (1) City Clerk, (2) Public Works Department, (3) Contractor, (4) Bonding Company. In addition to the above documents, please submit certificates for Public Liability and Property Damage Insurance and Workmen's Compensation Insurance. THE FOLLOWING INSURANCE REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The City of Newport Beach is to be named as an additional assured on the Public Liability and Property Damage Insurance. 2. The limit of the insurance shall be as follows: A. Limit of liability for injury or accidental death: Each person $250,000.00 Each accident 500,000.00 Aggregate products 500,000.00 B. Limit of liability for property damage: Each accident $100,000.00 Aggregate protective 500,000.00 Aggregate products 500,000.00 Aggregate contractual 500,000.00 0 R I Page 2. 3. The Policies shall be endorsed as follows: "It is hereby understood and agreed that the Policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, of a registered written notice of such cancel- lation or reduction in coverage." The specifications require that all of the above doucments be executed and returned to the City within 10 days after they have been mailed to you. Very truly yours, Derek H. White Design Engineer DHW /em cc; Pacific Indemnity 3200 Wilshire Los Angeles, California 90054 ,y I' . §ate > ,-p- i I I ` n Yi 2 2 \. {(§t / \ }o t °6 ry � $ $ - \ {� � . ' .. 0 co 0 --1 r—', IN ZC) --i LA z. ;Q Ir T Op NJ S Pit ro co 0 --1 r—', IN ZC) --i LA z. co 0 --1 r—', IN s m m 0 mn-1 X01 m n cn ofrn a FN �r 1 t r 3 3 n -c INI�rR�i� IIIIIIIINININ�111� iiiiN■�ei�ieiiin�nii� illlal�llll��lll mn-1 X01 m n cn ofrn a FN �r 1 t r 3 3 n -c CITY ORT, BEACH - PUBLIC WORKS DEI4�IMENT CONTRACTORS CHECKOUT LIST _ 17 BID OPENING tv'jftI:oS — 1bt3o.a.F.r PROJECT WoRRtna DAYS In S � DEPO$ IT REQUIRED S^ca.Q rLlE ENGINEER'S ESTIMATE �7 t 7• G � 224 NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS M A I L ea °5Z4af.d �ZIi VT W Rsr l.S `�._Ayn Ru E C..o IJTRgc -.-oQS . Soup t.aE�r c� :�,2 LU. w,�� �S UJA,6.L4N0 1l` DVS lrik 1J;, <f -W,L. gyp, ��ySY t� � L O -Ave-, Sv�-rE 3 543 -SZZS ,-,� u Fe Z71 :✓ ' Ly1+AK+ L.•L�C� ®A Cr.>�ea �r� Iw�G, C_o rto bQ�c ,N1 �l Lti �l r- 5Y b: 1 A, C ^r,. Cq L, i—. (Z-,Z-0 a4 E \ c . S ,'F'4" ,evL iaVE SU1tL y, IT J��h4 / S 1-� S P2. �,.. S Cq �.. °.� O 10-10 v I /QET RNE aY IL L-1 ST-AITE Ef4GIw1EEU•I&LG 1) IVC MA(L6b !Z. 291 Net1irol.l Avert)vc "-f -0178 _ Ca I POP -"tA 9211 6-11 —Co9 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT Ao ESTIMATING FORM PROJECT`��QT �r 4���cu o.a'A BY: �yz1jQ S^crLEET C DALa��TVrz�s PRELIMINARY DIVISION DATE SIZo 10'1 FINAL T_ NO. ITEM QUANTITY UNIT PRICE AMOUNT 1nJ0.'rA1J CJ�� 3 0 1 % oe s oc 2 , - t A 6. L ST-o- u c-r-v uc A °JGb eu 1 6�. �'^ -7''D .L 5- r2UC--,OQE 2 1=)C* oo _a 4 Z4° .0 : �c2u�ns til PC-. a c. o >_, T, %4,*p 1vbcs ° —o --,j 4 cz c F o�. Q 1Q..._�. c— �s2CGr pw-t z,Oo' 41�.c" 0o r C.o ws.e z4, ° —" 1• I* T. 3 -28 68