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