HomeMy WebLinkAboutC-2404 - Bayfront Sidewalk Repair 1983-84� SEW PART .
RAxP-
Mayor
Evelyn R. Hart
Mayor Pro Tern
Philip R. Maurer
Council Members
Bill Agee
John C. Cox Jr.
Jackie Heather
Ruthelyn Plummer
Donald A. Strauss
0 0 -
April 23, 1984
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK (714) 640 -2251
R. E. Lenihan International
8601 Edison Avenue
Huntington Beach, CA 92626
Subject: Surety: Surety National Insurance & Bond Corp.
Bonds No.: 24666
Project: Bayfront Bulkhead Sealing and Sidewalk Grouting
Contract No.: C -2404
The City Council on March 12, 1984, accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded with the Orange County Recorder on March 20,
1984, Reference No. 84- 114914. Please notify your surety company
that the bonds may be released 35 days after this recording date.
Sincerely,
Wanda E. Andersen
CITY CLERK
WEA:Ir
cc: Public Works
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RECORDING C>vCe'1
UESTED BY
E.emvt recprping reposer
Tease return t� cwe,rmsnr Cie elm
City Clerk
City of Newport Beach EXEMPT
:300 Newport Blvd. C2
° - -', Chi 92663.3884 NOTICF. OF COMPLETION
PUBLIC WORKS
84- 114914
0
NFCONDEDlN OFFICIAt eECONDS
Of ORANGE COU"", CALIFORNIA
-11H AM 020'84
LEE A. BRANCH, County Recortter
10 All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 12, 1984
the Public Works project consisting of Bavf ont Bulkhead S aling and Sidewalk _
Grouting 1983 -84 (C -2404)
on which R. E. Lenihan International 8601 Edison Ave., Huntington Beach, CA 92626
was the contractor, ational Insurance & Bond Corp., P.O. Box 2463 Oran e,
was the surety, mOr
ete 926
n
Ew it CITY OF NEWPORT BEACH
t �
APR 23 t984'e»
' Public Works Director
/ VERIFICATION
J
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 March 14, 1984 at Newport Beach, California.
Public oW rks Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on March 12, 1984 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 March 14, 1984 at Newport Beach, California.
City Clerk
0 •
<C •T A
�; CITY OF NEWPORT BEACH
n:
OFFICE OF THE CITY CLERK (714) 640 -2251
�Ci Fp aN:P;.
Mayor
Evelyn R. Hart
March 16, 1984
Mayor Pro Tem
Philip R. Maurer
Council Members
Bill Agee Lee A. Branch
John C. Cox Jr. County Recorder
Jackie Heather p 0. Box 238
Ruthelyn Plummer
Donald A. Strauss Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Bayfront Bulkhead Sealing and Sidewalk
Grouting 1983 -84, Contract No. 2404 on which R. E. Lenihan Inter-
national was the Contractor and Surety National Insurance S Bond
Corp. was the Surety.
Please record and return to us.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:lr
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
MAR 121984
r
TO: CITY COUNCIL
FROM: Public Works Department
March 12, 1984
CITY COUNCI\ /GENOA
ITEM N0. 'Y
SUBJECT: ACCEPTANCE,OF BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING
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:
The contract for the construction of the subject project has been
completed to the satisfaction of the Public Works Department.
The bid price was $ 35,235.00
Amount of unit price items constructed $ 36,787.98
Amount of change orders NONE
Total contract cost $ 36,787.98
Two additional undermined areas, Edgewater at Adams Avenue and
Channel Place at Marcus Avenue, were grouted resulting in the increase in
the amount of unit price items constructed.
Funds were budgeted in the General Fund.
The design engineering was performed by the Public Works Department.
The Contractor is R. E. Lenihan International, Inc. of Huntington
Beach.
The contract date of completion was February 7, 1984. The original
contract work was completed on that date. The additional areas were completed
/ by February 1(7, 1984. r1� o
Benjamin B. Nolan
Public Works Department
GPD:do
i
CITY OF NEWPORT BEACH
P.U. BOX 1768, NEWPORT BEACH, CA 92663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
Description of Contract Bayfront Bulkhead Sealing and Sidewalk
Grouting 1983 -84
Effective date of Contract October 31., 1983
Authorized by Minute Action, approved on October 11, 1983
Contract with R. E. Lenihan International, Inc.
Address 8601 Edison Avenue
Hunt
Amount of Contract
/Z"
Wanda E. Andersen
City Clerk
WEA:1r
attach.
Beach, CA 92626
$35,235.00
3300 Newport Boulevard, Newport Beach
TO:
FINANCE DIRECTOR
PUBLIC WORKS
( 0
FROM:
CITY CLERK
DATE:
October 31, 1983
SUBJECT:
Contract No. C -2404
Description of Contract Bayfront Bulkhead Sealing and Sidewalk
Grouting 1983 -84
Effective date of Contract October 31., 1983
Authorized by Minute Action, approved on October 11, 1983
Contract with R. E. Lenihan International, Inc.
Address 8601 Edison Avenue
Hunt
Amount of Contract
/Z"
Wanda E. Andersen
City Clerk
WEA:1r
attach.
Beach, CA 92626
$35,235.00
3300 Newport Boulevard, Newport Beach
N
�P
0
a
0
1-ul
r
m
Z '
H
H
z
-1
m
z
D
-i
O
2
D
r
z
n
o�z
�3� H
sm •3
m o z
0-. a
0 a n a f
Ori a
J. CD
7
ID O
O tZ
z
a
0 R C
O 3 d
c � f
� o J
n�
m m —
C s
R n
a R o
(D s
to a
(D m c
m
J J. �•
�fi 3 J
1 N R
-+• C S
7 Z
N IV N
C d fD
Z l7
a a R
7 n
fl a O
Q N W
f D R V
O
O' JO
rD J
fD a O
P fi
O -+ R
J. T
f :D
M k<
o r
P,
0
J• o 0
T O
z -1 0
3 � O
r O_
-1 fD
Y
!n
•
0
TO: CITY CLERK
FROM: Public Works Department
0
October 28, 1983
SUBJECT: BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING, 1983 -84
(C -2404)
Attached are the original and three copies of the
subject contract documents. Please have them
executed on behalf of the City, retain your copy,
and return the remaining copies to this department.
Steve Luy
Project Engineer
SL:jd
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A. M.
on the 29th day of S,e tem�ber, 1983, at which time such bids
shall be opened and read for
e
2404
Contract No.
$40,000
Engineer's Estimate
Approved by the City Council
this 12th day of September , 1983
Wanda E. Andersen
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Stephen J. Luy at 640 -2281.
Project Engineer
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING
CONTRACT NO. 2404
1983 -1984
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92663 -3884
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of.the work, has read
the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete Contract No. 2404 in
accordance with the Special Provisions, and will take in full payment therefor the follow-
ing unit prices for the work, complete in place to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT T071L
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
Lump Mobilization and Traffic Control
Sum Three Thousand Four Hundred
@ Fifty Dollars
and
No Cents $ 3,450,00 $ g a;n_nn
Lump Sum
2. 1630 Seal bulkhead joints and pressure
One hundred grout existing PCC sidewalk
Weight
(cwt) @ Nineteen Dollars
and
f'f Cents $ 19.50 $ .11.7,9.q On
Per one hundred weight cwt
. • PR 1.2
TOTAL PRICE WRITTEN IN WORDS:
THIRTY FIVE THOUSAND TWO HUNDRED THIRTY FIVE Dollars
and
NO Cents $ R5 935 0
339183 C -61
Contractor's License No. & Classification R E
Bidder's Name
Date 9/29/83
Bidder's Telephone Co. (714) 536 7791
Ile I -v
Authori Signature/Title)
Bidder's Address 8601 Edison Avenue, Huntington Beach, CA 92646
0 0
INSTRUCTIONS TO BIDDERS
Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations 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 con-
tract. A copy of said determination 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 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
339183 R. E Lenihan International In
Contr's Lic. No. & Classification Bich jj
9129183 S /Thomas J. L ihan,,iPresident
Date Authorized Sign ure /Title
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
R. E. LENIHAN INTERNATIONAL, INC.
i er
(�'
S /Thomas J. nihan, President
Authorized Signature /Title
WORIGINAL SEE CITY CLERK'S FI6COPY Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, R. E. LENIHAN INTERNATIONAL. INC. , as bidder,
and SURETY NATIONAL INS. & BOND CORP. , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
TEN PERCENT OF TOTAL BID PRICE Dollars ($ In% ),
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 bidder for the construction of
BAYFRONT BULKHEAD SEALING & SIDEWALK GROUTING 1983 -84 2404
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this g7th day
of September , 19881•
(Attach acknowledgement of
Attorney- ,fin act)
°(�� `
S /Haroldd R. Ogden
Notary Public
Commission expires Nov. 22, 1986
. i
SURETY NATIONAL INS_ & BOND CORP_
Surety
By SjCiine
Title Attorney -in -Fact
• • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement 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 attached 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
R. E. LENIHAN INTERNATIONAL, INC.
Bidder
S /Judy Lenihan, Sec. 6�'e_t f � w
Authorized Signature /Titer
Subscribed and sworn to before me
this 29th day of September
1983 .
My commission expires:
November 15, 1983 S /B. Christiansen
Notary Public
4OR ORIGINAL SEE CITY CLERK'S FI *COPY Page 6
r
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
On file with City Clerk.
J. r *ihan, President
zed gnature /Title
• • Page 7
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
Completed For Whom Performed (Detail) Person to Contact Telephone No.
VARIOUS LOS ANGELES HARBOR DEPARTMENT
VARIOUS CITY OF NEWPORT BEACH
_ R- - L— LENIHAKeihan. TFRNATT
Bid
S /Thomas J. Pracidpnt
Authorized Signature /Title
0
NOTICE
0
Page 8
The following are samples of contract documents which shall be
completed and executed by the successful bidder after he receives
letter of award from the City of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property - Casualty. Coverages shall be provided for a TYPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
PAYMENT BOND
#24666
KNOW ALL MEN BY THESE PRESENTS, That
Page 9
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 11. 1483
has awarded to R. E. LENIHAN INTERNATIONAL. INC.
hereinafter designated as the "Principal ", a contract for BUFROIT BULKNUO SE TNT
AND SIDEWALK GROUTING 1483 -84 - CONTRACT NO. 24"
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents 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 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 per-
formance 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,
R.E. LENMM INrEMATIONAL, INC.
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Seventeen Thousand Six Hundred Seventeen and 50 /100 - - -- -Dollars ($17,617.50
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
=t w Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
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
Surety above named, on the 2Atb day
has been duly executed by the Principal- and_
of October
R.E. LENIHAN INTERNATIONAL, INe..'_
Name of Contractor Principal
Authorized gnature and . le
Thomas J. Than, President
Authorized Signature and Title
SUREPy NATIONAL INSURANCE & BOND CORP(Seal)
Name of Surety
P.O.Box 2463, Orange, CA. 92669
Address of Surety
Approved as to f Ilrm: Signature and Title of Aut ized Agent
�j -(,y Gene A. King /Attorney In act
✓✓��^ ✓✓ vU
'4' N. of Ag Tustin Or e CA. 92669
dress ent
City Attorney
714- 999 -7205
Telephone No. of Agent
LIA
�
!
9
CD
}
�
n�
2�
2'
k
m
k�
k
«
§
g
�
2
4
�
2
»
k\
\r
;,
/
CD0
_
}
°
}\
o
0
°
3
�
°\
2
§2`
7
/2
0
\n
ƒ
z
3r
§CY
—
_{
CD
\!
}\
\�
�
\
,
\
\
\\
w
CD
X0
»
\}
0
mr
(
)
_
.
n�
2�
2'
k
m
k�
k
«
§
g
�
2
4
�
■ �
E � %S
-&f�&
§
)
2
2
;
„
a
//
_
}{
®�
\ \(
\
)
2
,— a
is
FAITHFUL PERFORMANCE BOND
# 24666
KNOW ALL MEN BY THESE PRESENTS, That
Page 11
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 11 1983
has awarded to R. E. LENIHAN INTERNATIONAL, INC.
hereinafter designated as the "Principal ", a contract for BAyFRONT BULKHEAD SEALING
AND SIDEWALK GROUTING 1983 -84 - CONTRACT No. 2404
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents 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 of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, R.E. LENT 3AN lb IONAL, DIC.
as Principal, and SURETY NATIONAL INSURANCE & BOND CORP.
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Thirty Five Thousand Two Hundred Thirty Five and 00 /100 - -- Dollars ($35,235.00 ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the 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, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided 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.
And 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 to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
i
Faithful Performance Bond (Continued)
Page 12
of any such change, extension of time, alterations or additions to the terms of the
contract 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 24th `:day of October 19 83
--4�d
R.E. LENIi3AN IIVTE TONAL r3r- Seal)
Name of Contractor Principal)
AUtnorized,bAgnature antl ITTle
Thanas J. texUhan, President
Authorized Signature and Title
SURETY NATIONAL INSURANCE & BOND CORP. (Seal)
Name of Surety
P.O.Box 2463, Orange, CA. 92669
Address of Surety
xg
Signature and Title oFAuthori ed Agent -
Gene A. King/Attorney In Fact
1046 N. Tustin, Orange, CA. 92669
Address of Agent
714 - 999 -7205
Telephone No. of Agent
v
N
N
N
S
N
5
s >a
a,
�zma
�
y
o 0 p
Z
m -m
a
m
m
En
a
m ?
m
o
m
0.
N N
O
91
G
N
3 y
C
J
>
m
0
a
o
F
�
0
J
0
F
y
J
N
F
J
a
°
a
OS
°
o
T
m
a
x
m
N_
3
z
N
°
C
y
CD
3
N
m
a
O
0
y
S
O S
0 m
F.
y
M
Q
0
O
S J
z
0 O
O
C.
CL
m
j
M m
O
0
@
0
0 N
°
C
.ld..
O
J
m
N
N
n
tD
o J
ID� a
a °
N N
L �
J
r
a
Z
0
a
w
a
C
Q
n
v
m
N
0
J
d
V
(D
w
m
CL
n
° d
C
J fD
o
0
C)
z
0
�q
ro 0
-s
r
w
y
y
z
a
n
p
c
ro
m
cr
S
ro
Z
O
O
O
N
(D
a
0
O
n
O C)
O-
ro
Z
p
Q
N
O
N
3
N
0
0
0
m
i
m
D
0
x
z
0
r
m
0
0
3
m
z
1
z
O
- - - - - - - - --
A 14
L" 0
flag
L4
E; a
EF
x 2� ul
>
0
SURETY NATIONAL INS. & BOND CORP.
P.O. Box 2463 • Orange. CA 92669 • (71 4) 730.0443
SECRETARY CERTIFICATE
I, Robert C. Lusk, certify that I am Secretary of the Surety
National Insurance & Bond Corporation and that the below is
an accurate record of the extracted minutes of the special
meeting of the Board of Directors of the corporation held on
January 4, 1982.
RESOLVED: that in order to facilitate proper business
and facilitate delivery of certain documents, that
Gene A. King is hereby appointed to the post of Limited
Attorned in Fact to act for the corporation in signing
of certain bonds as may be requested from time to time
by the authorized officer or persons of the corporation.
This power shall be limited and approved on a time to
time basis and shall remain in full effect until revoked
by the Board of Directors.
kobert C. Lusk, Secretary
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
R. E. Lenihan International
8601 Edison Ave.
untinoton Beach. CA 92646
• CERTIFICATE OF INSURANCE
• Page 13
COMPANIES
Lottery AFIREMAN'S FUND INSURANCE COMPANY
I Lettery BCOMPASS (Hull & Co.)
C
C
W
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, th6- Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
regfstered mail, attention: Public Works Department.
By: Agency: ARCAL INSURANCE SERVICES, INC.
Authorized Representative 10/26/83
d
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
BAYFRONT BULKHEAD SEALING AND SIDEWALK GRO TING 1983 -1984 2404
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Z
Policy
LIMITS OF LIABILITY
IN THOUSANDS 000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
. ro ucts
LETTER
- COVERAGE REQUIRED
No.
Date
Each
Completed
JAg
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
MXP
2/1/85
Bodily Injury
$
$
A
x Premises - Operations
4594384
Property Damage
$
$
x Explosion & Collapse Hazard
x Underground Hazard
B
x Products /Completed Operations
CAG
11/1/83
Bodily Injury
Hazard
6222982
and Property
x Contractual Insurance
Damage Combined
$ 500,
$ 500,
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$
Aviation
AUTOMOTIVE LIABILITY
A
❑x Comprehensive Form
MXP
2/1/85
Bodily Injury
$
4594384
(Each Person
❑x Owned
$
o i y Injury
(Each Occurrence
Hired
Pro ert Dama e
Bodily Injury and
Q Non -owned
Property Damage
Combined
$ 500,
EXCESS LIABILITY
❑ Umbrella Form
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$
$
WORKERS' COMPENSATION
Statutory
A
and
WP
9/14/84
ac
EMPLOYER'S LIABILITY
6171223
2,000,000.
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, th6- Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
regfstered mail, attention: Public Works Department.
By: Agency: ARCAL INSURANCE SERVICES, INC.
Authorized Representative 10/26/83
d
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
BAYFRONT BULKHEAD SEALING AND SIDEWALK GRO TING 1983 -1984 2404
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
Z
• • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( X) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ 500,000. each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: Ba front Bulkhead Sealin and Sidewalk Grouting 1983 -1984 2404
Project Title and Contract No.).
This endorsement is effective 10/26/83 at 12:01 A.M. and forms a part of
Policy No. MXP 4594384
Named Insured R. E. Lenihan International Endorsement No.
Name of Insurance Company Fireman's Fund Ins. Co. By Authorized Representative Representative
• • Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(X) Single Limit
Bodily Injury Liability $ 500,000 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Bayfront BUlkhead Sealing and Sidewalk Grouting 1983 -1984 2404
(Project Title and Contract No.)
This endorsement is effective 10/26/83 at 12:01 A.M. and forms a part of
Policy No. MXP 4594384 &
CAG6222982
Named Insured R. E. Lenihan International Endorsement No.
C
Name of Insurance Company Fireman's Fund Ins. Co. By
Compass Ins. Co.
LI U
. Page 16
CONTRACT
THIS AGREEMENT, entered into this A4 ay of a. , lg F3,
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and
R. E. LENIHAN INTERNATIONAL,INC. hereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
• '
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
BAYFRONT BULKHEAD SEALING & SIDEWALK GROUTING 1983 -84
Title of Project ontC Tact No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Thirty five
Thousand Two Hundred Thirt Fi and D ($ .3sP3
,s_no )•
This compensation includes 1 any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
Plans and
(g) This Contract
ial Provisions for
• Page 17
Contract No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed tke day and year first above written.
ATTEST:
CAW
APPROVED AS TO FORM:
ity Attorney
CITY OF NEWPORT BEACH
R. E. LENIHAN INTERNATIONAL INC.
Contractor
y
I
By
Its
CITY
CONTRACTOR
,
R. E. LENIHAN INTERNATIONAL INC.
Contractor
y
I
By
Its
CITY
CONTRACTOR
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING
CONTRACT NO. 2404
1983 -84
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK. . . . . .
1
II.
TIME OF COMPLETION . . . . . . . . . . . .
. . . . . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . .
. . . . . . 1
IV.
WATER . . . . . . . . . . . . . . . . . . .
. . . . . . 1
V.
TRAFFIC CONTROL AND ACCESS . . . . . . . .
. . . . . . 2
VI.
CONSTRUCTION DETAILS . . . . . . . . . . .
. . . . . . 2
A. General . . . . . . . . . . . . . . . .
. . . . 2
B. Seal Bulkhead . . . . . . . . . . . . .
. . . . . . 2
C. Pressure Grout PCC Sidewalk. . . . . .
. . . . . . 3
D. Material . . . . . . . . . . . . . . .
. . . . . . 3
E. Construction Site . . . . . . . . . . .
. . . . . . 4
F. Records . . . . . . . . . . . . . . . .
. . . . . . 4
I
II
III
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BAYFRONT BULKHEAD SEALING
AND SIDEWALK GROUTING
1983 -84
CONTRACT NO. 2404
SCOPE OF WORK
SP 1 of 4
The work to be done under this contract consists of sealing bulkheads and
pressure grouting the existing PCC sidewalk. All work necessary for the
completion of these im rovements shall be done in accordance with (1) these
Special Provisions, (2� the Plans (Drawing No. M- 5228 -S), (3) the City's
Standard Special Provisions and Standard Drawinas for Public Works Construc-
tion (1982 Edition), and (4) the Standard S ecifications for Public Works
Construction (1982 Edition), including supplements to date. Copies of the
1tyl� — s urd S ec'al Provisions and Standard Drawin s may be purchased
at the Pub is ors Department for Five Do ars 5 .
TIME OF COMPLETION
The Contractor shall complete all work within one hundred twenty (120) calendar
days following the date of award of the contract. The Contractor shall complete
all work within thirty (30) calendar days following commencement of the speci-
fied work.
PAYMENT
The unit price bid for each item of work shown on the proposal shall be con-
sidered as full compensation for all labor equipment, materials, and all other
things necessary to complete the work in place, and no additional allowance will
be made therefor.
Payment for all items of work not separately provided for in the proposal shall
be included in the prices bid for other items of work.
The substitution of securities for any payment withheld in accordance with Section
9 -3.2 of the Standard Specifications is permitted pursuant to Government Code
Sections 4590 and 14402.5.
IV. WATER
The Contractor shall make provisions for obtaining and applying water necessary
to perform his work. If the Contractor elects to use City water free of charge,
it shall be his responsibility to make arrangements by contacting the City's
Utilities Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
0
V. TRAFFIC CONTROL AND ACCESS
0 SP2of4
The Contractor shall provide traffic control and access in accordance with
Section 7 -10 of the Standard Specifications except as modified herein, and
with the standards contained in the Work Area Traffic Control Handbook (WATCH),
also published by Building News, Inc.
A. Traffic Control Plans
The Contractor shall submit written traffic control plans to the Engineer
for his approval a minimum of seven (7) calendar days prior to closing any
traffic lanes.
The plans shall incorporate the following:
1. The location and wording of all signs, barricades, delineators, lights,
warning devices, temporary parking restrictions, and any other details
required to assure that all traffic will be handled in a safe and effi-
cient manner with a minimum of inconvenience to the motorists.
2. A complete and separate plan for each stage of construction proposed
by the Contractor showing all items listed under 1. above.
3. Reopening of all traffic lanes upon completion of each day's work.
VI. CONSTRUCTION DETAILS
A. General
Grout shall be mixed in a grout plant consisting of a variable speed grout
injection pump capable of a maximum pressure of 200 p.s.i., and a high speed
coloidal mixer. A pressure gage shall be located immediately adjacent to
the grout hose supply valve.
An expanding rubber packer or hose connected to the discharge from the plant
shall be lowered into the hole. The discharge end of the packer or hose
shall not extend below the lower surface of the concrete sidewalk slab.
T he Contractor shall pressure grout one hole at a time, on a slab. When
grout appears at any longitudinal or transverse joint, crack or adjacent
hole(s), or when slab movement is indicated, pressure grouting shall cease.
Immediately after the nozzle is removed, the grout hole will be temporarily
sealed with a round tapered wooded plug. The wooden plug shall remain in
place until the grout in the hole is not disturbed by adjacent pressure
grouting.
B. Seal Bulkhead
The Contractor shall drill holes completely through sidewalks to seal bulk-
head joints within the construction limits from the sidewalk to a depth of
18 inches below the sand surface at the face of bulkhead. Then the material
specified under "Section D Material" shall be injected through the sidewalk
such that each joint is sealed to prevent further migration of soil into the
channel. Bulkhead sealing shall only be permitted when the tide height is
+3.0 MLLW or less.
The Contractor shall take necessary precautions to prevent grout from being
pumped or disposed of into the channel, bay, any drainage system, sewer system,
or structure.
0 0 SP 3of4
C. Pressure Grout PCC Sidewalk
The Contractor shall pressure grout the existing PCC sidewalks to eliminate
any voids beneath the sidewalk slabs and provide a smooth walking surface.
Injection holes will be drilled in a pattern determined by the Contractor,
but shall be no greater than 8 feet apart. They shall not be larger than
2 inches in diameter, drilled vertically and round. Holes may be washed
or blown to create a small cavity, to better intercept the void structure.
The Contractor, in developing his drilling pattern, should consider grout-
ing on both sides of any cracks or joints.
The Contractor shall attempt to pressure grout sidewalk slabs with differ-
ential settlement in such a manner that will result in their surface con-
forming to the plane of the surrounding sidewalk slabs.
The Contractor shall patch back all holes drilled in PCC sidewalks with a
mortar to a depth equal to the thickness of existing PCC sidewalks, and
finish the surface to match the existing surface. The cost to drill and
patch back grout holes shall be included in the bid item for "Seal bulk-
head joints and pressure grout existing PCC sidewalk" at each location.
Pressure grouting shall not be performed during inclement weather.
D. Material
Grout shall consist of a mixture of Portland cement, fly ash and water in
the amount to provide a grout flow time of 10 to 16 seconds as measured by
California Test 541. Flow time measurements shall be taken at the direc-
tion and discretion of the Engineer, at no cost to the Contractor.
Grout strength shall be a minimum compressive strength, at 7 days, of
750 p.s.i.
No admixtures shall be used without written permission from the Engineer.
Dry cement and fly ash shall be accurately measured by weight, if in bulk,
or shall be packaged in uniform volume containers. Water shall be batched
thru a meter or scale.
1. Grout Material
a. Portland Cement
One part Type V or Type II
b. Fly Ash
Three parts Class F or Class C as specified in ASTM C- 618 -80,
except that the loss on ignition for Class F fly ash shall not
exceed 4%.
c. Water
Fresh and free from deleterious materials or organic matter.
SP4of4
d. Definition of Units
A One Hundred Weight '(cwt) shall be defined to be 100 pounds
(dry weight) of cement and fly ash as proportioned above.
2. Mortar
Mortar for sealing grout holes shall consist of one part Portland cement
to three parts fine aggregate, or commercial quality "quick setting"
mortar.
E. Construction Site
During construction and throughout the entire period of the contract, the
Contractor shall maintain the premises in an orderly condition, free from
accumulation of waste materials, rubbish and debris. Upon satisfactory
completion of the Contract and before acceptance of the work by the City,
the Contractor shall remove tools, equipment and materials and leave the
work site in a clean appearance.
F. Records
Records shall be kept of quantities and injection pressures at each loca-
tion to the end that reasonable proof of filling all voids can be estab-
lished. A copy of the record shall be furnished to the Engineer.
0
UNCIL
of TMEHEWPORT BEACH�ctober 11, 1983
CITY OF
OCS 111983
TO: CITY COUNCIL
FROM: Public Works Departmenr —L
CITY COUNCIL AGENDA
ITEM NO. � ,'
SUBJECT: :BAYERONV8ULKHEAD SEALING AND SIDEWALK GROUTING (C- 2404)--
RECOMMENDATION:
Award Contract No. 2404 to R. E. Lenihan Int., Inc., for $35,235,
and authorize the Mayor and the City Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on September 29, 1983, the City Clerk opened and read
the only bid for this project:
Bidder Amount Bid
R. E. Lenihan Int., Inc. $35,245*
*Corrected bid total is $35,235.
The low bid is 11.9% below the Engineer's estimate of $40,000.
The bidder, R. E. Lenihan Int., Inc., is a well - qualified general
contractor who has successfully completed previous contracts for the City.
The project provides for the sealing of bulkhead joints and the fill-
ing of voids under the adjacent concrete sidewalk. The work consists of pump-
ing a cement slurry into the bulkhead joints and under the sidewalk until the
joints have been sealed and the voids filled. Changes in the sidewalk grade
are not included.
The repairs should reduce the migration of sand from behind the bulk-
head into the channels and stop further settlement of the sidewalk panels.
Funding for award is proposed from the following accounts:
Description Account No. Amount
Rehabilitate Bulkhead Joints and Level Sidewalks 02- 4197 -246 $35,000
Sidewalk and Curb Replacement and Safety Program 02- 3397 -183 $ 235
The plans and specifications were prepared by the Public Works Depart-
ment. The contract requires completion of all work by February 7, 1984.
The location of the project is shown on the attached sketch.
Benjamin B. Nolan
Public Works Director
SJL:jd
Att.
ti 41,
IX
t- 1 CIL. z'\
%
T
ww~r
rowv -'A
-�4
cadsr k�
—Jj,,R
CLUB
NEWPOR
Z-iIL ----------
LA D
iL �;
@
PROJECT LOCATION
CHA.
VICINITY MAP
'
SCALE C = 1600
CITY OF NEWPORT BEACH DRAWN. t(•U. DATE
PUBLIC WORKS DEPARTMENT APPROVED
BAYFRONT BULKHEAD SEALING
AND SIDEWALK GROUTING
1983-84 C-2404 DRAWING NO. EXHIBIT
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
L
BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING
CONTRACT NO. 2404
1983 -1984
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92663 -3884
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of.the work, has read
the Instructions to Bidders, has examined the Special Provisions, and hereby proposes to
furnish all materials and do all the work required to complete Contract No. 2404 in
accordance with the Special Provisions, and will take in full payment therefor the follow-
ing unit prices for the work, complete in place to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Mobilization and Traffic Control
Sum
@TwtT -t WJ(L "OOU) " Dollars
"0 F,��'( DOUL110 .S Cents $ 34So $ 34Sp
Lump Sum
2. 1630 Seal bulkhead joints and pressure
One hundred grout existing PCC sidewalk
Weight
(cwt) @ nJrEE►1 n Dollars
and
V- rPr-f Cents $ Ig9S -> $31 -799
Per one hundred weight cwt
0 • PR 1.2
TOTAL PRICE WRITTEN IN WORDS:
140 i+-r f:iVE 7W -0USA. ,Jp -rugo Dollars
cu
and o�
NtJ►J p4 E0 4 X10 Go(LiY F—i�t; 'j ,Cents $ 35, 24S'
Contractor's License No. & Classification Q -�• (_E�.l1 4,j (Ir f�jC- --
- Bidder s Name
Date 9 1 Z� ( `a 3
err-
:d Signature/Ti le
Bidder's Telephone
Co. - -1(6,) S36 7 -)°I I
Bidder's Address F" CFn1 PlvSt� DE W*j0c77d&fb'J
0
INSTRUCTIONS TO BIDDERS
. Page 2
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not le CThe f
the total bid price) may be received in lieu of the Bidder's Bon
of the project and the words SEALED BID shall be clearly marked on the o e
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations 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 con-
tract. A copy of said determination 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 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
339 3 Q. C. L&-Jl C
Contr's Lic. No. & Classification idder
R 12g ( ��
Date II— I Authorized i natu�Tit
E
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
I 44+J I AJr, 10
Bidder
Authoriz d Signature /Title
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, , as bidder,
and as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder 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 .
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission expires
go
Title
Bidder
Authorized Signature /Title
Surety
I
SURETY NATIONAL INS. & BOND CORP.
P.O. Box 2463 • Orange, CA 92669 • (714) 999_7205
BID OB PROPOSAL BOND
KNOW ALL MEN BY THESE PRESENTS, that we R.E. LENIHAN INTERNATIONAL, INC.
as Principal, hereinafter called the Principal, and SURETY NATIONAL INS. & BOND
CORP.
a corporation duly organized under the laws of the State of CALIF. & NEVADA
as Surety, hereinafter called the Surety, are held and firmly bound unto
THE CITY OF NEWPORT BEACH
as Obligee, hereinafter called the Obligee, in the sum Of BID BOND 108
Dollars ($ 108 )
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 BAYFRONT BULKHEAD SEALING
AND SIDEVALK GROUTING 1983 -84
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 ingood 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 27th day of September 19 83
R.E. LENIHAN INTERNATIONAL, INC.
Tfxx�,J. 7 ihan/Pr ident
SURETY NATIONAL INSURANCE & BOND CORP.
• ttorney -in -Fact
0 0
SURETY NATIONAL INS. & BOND CORP.
P.O. Box 2463 . Orange, CA 92669 . (7 14) 999 -7205
SECRETARY CERTIFICATE
I, Robert C. Lusk, certify that I am Secretary of the Surety
National Insurance & Bond Corporation and that the below is
an accurate record of the extracted minutes of the special
meeting of the Board of Directors of the corporation held on
January 4, 1982.
RESOLVED: that in order to facilitate proper business
and facilitate delivery of certain documents, that
Gene A. King is hereby appointed to the post of Limited
Attorned in Fact to act for the corporation in signing
of certain bonds as may be requested from time to time
by the authorized officer or persons of the corporation.
This power shall be limited and approved on a time to
time basis and shall remain in full effect until revoked
by the Board of Directors.
Robert C. Lusk, Secretary
/\
FI
}
\
9L
®b
�
.
v
/`� \
}}
• •
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, 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 arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement 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 attached 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed a d sworn to before e
this day of
19.
My commission expires:
OFFICIAL SEAL
S. CHRISTIANSEN
s'� t NOTARY PUBLIC -CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
r, roe 13SION EXPIRES Nov. 15, 19 87
ice. ✓_. LEA 1 u -,O,�J ( ►.� i C2FJ dC'I �lr..]At�, l►1 L
Bidder
4�. — �� �t� -Ste.
Authorized Signature /Title
--Notary Public
R /s T //Q iy-'Y y
• • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Bidder
Authoriz SignatureJTitle
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
V4 aus � -166, CA DCOF
V Cl-A t o as G ice' OF Q�-� &+4
a, (• l,c-,,jl.Lld,j
Bidder
Authorized i nature /Title
Authorized to Publish Advertisements of all kinds including public
notices by Decree of the Superior Court of Orange County,
California, Number A -6214, dated 29 September. 1961, and
A- 24831, dated 11 June, 1963.
STATE OF CALIFORNIA
County of Orange Public Notice AdveN,aloy covered
br IN, emdevn a alit m 1 point
With td Gice coWmn width
I am a Citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
years, and not a party to or interested in the below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS- PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Notice of Inviting bids
CITY OF NEWPORT BEACH
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for one
cdf18&k3ONOWWOMN B VimXfgetissu*) of
Setpember 14
8
198_
198`
198
198
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
September 14 3
Executed on ,198 _
at Cost Mesa, California.
Signature
Sealed bide may be received at me
office of the City Clark, 3300 New-
port Boulevard, Newport Beach, CA
92003 until 11:00 A.M. on the 281h
day of September, 1933, at which
time such bids she be:epened, and
read for
BAYFRONT BULKHEAD
SEALING GROUTOyQ 83.84 188 K.
Title of proleot -
2404ontract No. ..
$40.000
�E kapreYe6sthnab
City Chou y the
_.
this 12th at
1989
Wannddaa E Andersen
.. city Clark
Prospal bidders may obtain Oft
IM of bid documents at m coat at
the - otftoe - of the Public Work&
Depar,fill- 3300 Newport
Boulevard; Newpdrl Beach, CA.
92383.
For further information. call Stephen
J. LLuyyy at 640 -2291.
Pub9ahed orange Cost Daiy POOtI
'Sept. 14, 1983. .5180-83
PROOF OF PUBLICATION
BY THE CITY COUNCIL September 12, 1983 C�g/
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
SEP 121983 ITEM N0. — f Y
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: BAYFRONT BULKHEAD SEALING AND SIDEWALK GROUTING (C -2404)
RECOMMENDATIONS:
1. Approve plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 11:00 A.M. on September 29, 1983.
DISCUSSION:
The project provides for the sealing of bulkhead joints and the fill-
ing of voids under the adjacent concrete sidewalk. The work consists of pump-
ing a cement slurry into the bulkhead joints and under the sidewalk until the
joints have been sealed and the voids filled. Changes in the sidewalk grade
are not included.
The repairs should reduce the migration of sand from behind the
bulkhead into the channels and stop further settlement of the sidewalk panels.
The engineers estimate for the work is $40,000.
Adequate funds are available in the current appropriations for
bilitate Bulkhead Joints and Level Sidewalks and Sidewalk and Curb Replace -
.,a a +„ Dnnn,
The plans and specifications were prepared by the Public Works
Department. The contract requires completion of all work by January 10, 1984.
The location of the project is shown on the attached sketch.
aojv
Fes— Benjamin B. Nolan
Public Works Director
SJL:rb
Att.
!/ O %
Ia j i
f ^11
1i q� n R1�Cs
IA
r'
I
I
PROJECT LOCATION --8
-�
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT_
BAYFRONT BULKHEAD SEALING
AND SIDEWALK GROUTING
1983 -84 C -2404
NEWFCKI
70WV
CENTEQ
�s T.Y NO. SO/J
41 ,
l
�r Ba
- C -A NNEL _
VICINITY MAP
SCALE I = 7 600
DRAWN R.G. DATE 9-1-83
APPROVED /% :/
DRAWING N0, EXHIBIT 11A11