Loading...
HomeMy WebLinkAboutC-2448 - Bayfront Bulkhead Seal & Sidewalk GroutingCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 February 1, 1985 Del Val, Inc. P.O. Box 18068 Fort Worth, TX 76118 (714) 644 -3005 Subject: Surety: United Pacific Insurance Co. Bonds No.: U 54 60 38 Contract No.: C -2448 .Project: Bayfront Bulkhead Sealing, Sidewalk and Pavement Grouting The City Council on January 14, 1985 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 by the Orange County Recorder on January 18, 1985, Reference No. 85- 019897. Please notify your surety company that the bonds may be released 35 days after this date. Sincerely, Ce Wanda E. Raggio City Clerk WER:pm cc: Public Works z 3300 Newport Boulevard, Newport Beach RECORDING q REQUESTED BY 0 EXEPAPr .r PLEASE RETURN�I TO. Cs City Clerk�^L City of Ne O t ea E"?W,#oo,d1ng retp 1g„ 3300 Newport Blvd. Government Code 61ca Newport Beach, CA 92663 -3884 NOTICE, OF COMPLETION Eis T Pft "7r'P7`?gM AT1 PUBLIC WORKS u Q- 019897 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -122 PM JAN 18'85 RECORDER I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 14, 1985 _. the Public Works project consisting of Bayfront Bulkhead Sealing, Sidewalk and _ Pavement Grouting (C -2448) on which Del Val, Inc., was the contractor, and was the surety, was cor NEWPL,ti BEACH, CALIF. JAN 311985 #a. ;' `f'yia N IFICATION I, the undersigned, say: CIT OF NEWPORT BEACH Publi6 Works 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 January 15, 1985 at Newport Beach, California. L!GG'%WG wvw. �2. / ' Publid Works 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 January 14. 1985 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 January 15, 1985 at Newport Beach, California. C January 15, 1985 0 0 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) G4U,22;S4 644 -3005 Attached for recordation is Notice of Completion of Public Works project consisting of Bayfront Bulkhead Sealing, Sidewalk and Pavement Grouting, Contract No. 2448 on which Del Val, Inc. was the Contractor and United Pacific Insurance Co. was the Surety. Please record and return to us. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 • BY THE CITY COUNCIL CITY OF NEWPORT BEACH JAN 14 1985 APPRO -I'Vn TO: CITY COUNCIL FROM: Public Works Department January 14, 1985 CITY COUNCIL AGENDA ITEM NO. F-11 SUBJECT: ACCEPTANCE OF BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING (C- 2448)' RECOMMENDATIONS: 1. Accept the work. 2. Authorize'the City'CTerk to file a Notice of>Comp"tion.A 3. Authortze the City Clerk _to release- the bonds -35 -days :ark , Notice bf'CompTattttm fias,:been filed.. , DISCUSSION: The contract for the sealing of Balboa Island Bulkheads and pavement grouting has been completed to the satisfaction of the Public Works Department. The bid price was: $27,060.00 Amount of unit price items constructed: 29,686.18 Amount of change orders: None Total contract cost: $29,686.18 Funds were budgeted in the General Fund, Account No. 02- 4197 -246. The voids behind the Balboa Island bulkheads were more extensive than had been anticipated, resulting in the increase of the cost of unit price items constructed. The contractor is De1Val, Inc., of Fort Worth, Texas. The contract date of completion was November 15, 1984. The work was completed by that date. 10 Benj B. Nolan Public Works Director GPD:jd i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE:_ October 17, 1984 SUBJECT: Contract No. 2448 Description of Contract Bayfront Bulkhead Sealing, Sidewalk and Pavement Grouting Effective date of Contract October 17. 1984 Authorized by Minute Action, approved on September 24, 1984 Contract with Del Val. Inc. Address P.O. Box 18068 Worth, TX 76118 Amount of Contract $27,060.00 Wanda E. Andersen City Clerk r1w."I 7 attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 TO: CITY CLERK FROM: Public Works Department • October 16, 1984 SUBJECT: BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING (C -2448) Attached are the original and two copies of the subject contract documents, including insurance certificates. Please have them executed on behalf of the City, keep your original and return the two copies to this depart- ment. Stephen Luy Project Engineer Att. m w z 0 W C 3 rD w Ll m a N J. CL (D i a w 3 d 0 O p (D b 3 -• w c+ rD J G rD a w rD () J HI � n 0 O C _h i N 4P OD W C nv n-hE - ozIV 0=r :3o ='IJ. �•m E 9 a N o o £•gym f .N SZ C •S N J. fD Qc+ - •S fD � a N S m Z m g Jr t3 o J•� J > > O A N 7 O N a� J 7 O O fD O �O fi Z •S 7 N (+ !+ (+ Cf. S S O O O rD a C+ a O- 3 fD Ln m n 2 m so m -.0 -h n. -S t+ O (D e+ N J. d C O CU 7 c G W m d m N V mao Fr J:O 0 - F � h • O f+ -+ 7 N =r 0 f+ (+ fD C S A Z J fD o01ar- x� O QP SU O C+ Z wE O� c-i t+ C+ a O ?te el n ry w o o CC1 � S 0 • Pressure Grouting • Pavement Maintenao DEL VAL, INC. October 2, 1984 City of Newport Beach City Hall 3300 West Newport Blvd. Newport Beach CA 92663 • P. O. Box 18053 FORT WORTH. TEXAS 76118 0171268 -4911 TOLL FREE (OUTSIDE TEXAS): 800/547 -9679 Re: Designation of subcontractors Dear Sirs: Del Val, Inc, does not intend to subcontract any of the work or services to other companies or individuals for the Bay Front Bulkhead Sealing, Sidewalk and Pavement Grouting Contract #C -2448. JDV /Im Sincerely, a/ o JohnDel Val President d� CfY44 e � IYIt \4Y ' 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 13th day of September, 1984, at which time such bids shall be opened and read for BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING Title of Project 2448 Contract No. $35,000 Engineer's Estimate • , • A, Approved by the City Council this 27th day of August , 1984. 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 Luy at 640 -2281. Project Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING CONTRACT NO. 2448 1984 -1985 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 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. 2448 in accor- dance with the Special Provisions, and will take in full payment therefor the following 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 Sum Mobilization and traffic control @ Twenty -Seven Hundred Dollars an No Cents $ 2,700.00 2. 400 Seal bulkhead joints and pressure grout One hundred existing PCC sidewalk weight @ Nineteen Dollars and Twenty Cents $ 19.20 $ 7,680.00 Per one hundred weight 3. 1,390 PCC pavement pressure grouting One hundred weight @ Twelve Dollars and No Cents $ 12.00 $ 16,680.00 Per one hundred weight -2448' • • PR 1.2 TOTAL PRICE WRITTEN IN WORDS: Twenty -Seven Thousand Sixty No C61- 307548 Contractor's License No. & Classification Date September 11, 1984 Dollars and Cents $ 27,060.00 Del Val, Inc. (Bidder's Name I S /John Del Val, President Authorized Signature /Title Bidder's Telephone Co. (800) 547 -9679 Bidder's Address P.O. Box 18068, Fort Worth, Texas 76118 0 INSTRUCTIONS TO BIDDERS 0 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. C61- 307548 Contr's Lic. No. & Classification September 11, 1984 Date Del Val, Inc. S /John Del Val, President Authorized Signature /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. NONE Del Val, Inc. S /John Del Val, President Authorized Signature /Title Page 4 ORIGINAL SEE CITY CLERK'S FIL1COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Del Val, Inc. as bidder, and United Pacific Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the amount of bid ----------------- - - - - -- Dollars ($ 10% ), 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 AND PAVEMENT GROUTING C -2448. 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 13th day of September , 1984. (Attach acknowledgement of Attorney -in -Fact) S /Lynn M. Sroup Notary Public Del Val, Inc. Bidder S /John Del Val, President Authorized Signature /Title United Pacific Insurance Company Commission expires May 29, 1988 Surety By S /K. C. Kraig Title Attorney -in -fact s • 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 and sworn to before me this 10th day of September 19-aL. My commission expires: May 29, 1988 S /Lynn M. Sroup Del Val, Inc. S /John Del Val, President Authorized Signature /Title S /Lynn M. Sroup Notary Public Page 6 FOR ORIGINAL SEE CITY CLERK'S FILE COPY 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 Please see attached portion of audit by Price Waterhouse for our fiscal year ending 9- 30 -83. Del Val. Inc. r S /John Del Val, President Authorized Signature /Title • 6 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. See Listing On File With City Clerk Del Val, Inc. S /John Del Val, President Authorized Signature /Title • Page 8 NOTICE 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 B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided for all 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 KNOW ALL MEN BY THESE PRESENTS, That • Page 9 U 54 60 38 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 24, 1984 has awarded to Del Val, Inc. hereinafter designated as the "Principal ", a contract for Bayfront Bulkhead Sealing, Sidewalk and Pavement Grouting C -2448 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, and United Paciftr Tnsurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twnty -seven thoi4And stYt1tand Dollars ($27.060.,----- )> said sum being equal to 100% 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 • 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 has been duly executed by the Principal and Surety above named, on the 3rd day of October 1984 Approved as to form: i DEL VA LP (Seal) Name of Contractor Priincciipal v 4 A t orized Signature and Ti le Authorized Signature and Title United Pgciftc Insurance Company (Seal) Name of Surety P.O. Box 5669, Portland. Oreno Address of ATUrety Si atve and Authorized orize t . M. Dunning, Attorney -in -fact umhia PnrtlAnrl, Oregon 972n Adiress of Agent 1 503- 248 -6400 Telephone No. of Agent • . Page 11 FAITHFUL 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 September 24, 1984 has awarded to Del Val, Inc. hereinafter designated as the "Principal ", a contract for Bayfront Bulkhead Sealing, Sidewalk and Pavement Grouting C -2448 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, Del Val, Inc, as Principal, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Twenty -seven thousand sixty and - - -- Dollars ($ 27,060.x--- -- ), 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 0 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 3rd day of October , 19 84 Approved as to fo City Attorney DEL VAL, INC. (Seal) Name of Contractor (Principal) �/ h rized Signature and Title Authorized Signature and Title United Pacific Insurance Company (Seal) Name of Surety P.O. Box 5669, Portland, Oregon 97228 111 S, W, Columbia, Portland, Oregon 97201 Address of Agent 503- 248 -6400 Telephone No. of Agent UNI'M14ACIPIC INSURANC9 COMPANY HEAD OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of that State of Washington, does hereby make, constitute and appoint G. M. DUNNING of PORTLAND, OREGON - -- its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the arne extent as if such bonds and undertakingsand other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its aid Attorneyls 1-in -m Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows. ARTICLE VII – EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remow any such Attorney -in -Fact at any tome and revoke the power and authority given to him. 2. Attorneys in Fact shall haw power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory m the nature thereof. The corporate seal is not necestury for the validity of any bonds and undertaking., recognizances, contracts of indemnity and other writings obligatory on the nature thereof. 3 Attorneys -in -Fact shall haw power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem. nity or other conditional or obligatory undertakings and they shall also haw power and authority to certify the financial statement of the Company and to copies of the By Laws of the Company or any article or action thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 51h day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking 10 which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice President, and is corporate seal to be hereto affixed, this 18th day of February 19 83 UNITTEED�� PACIFIC INSURANCE COM�PA�NY W. �AL SE MAL �S! v � Asst.Vice President i STATE OF Washington COUNTY OF ss. King On this 18th day of February . 19 83personally appeared D. Keith Johnson on me known to be the Vice- President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the fore going instrument and affixed the seal of aid corporation thereto, and that Article VII, Section 1, 2, and 3 of the BY Laws of aid Company, and the Resolution, set forth therein, are still in full force. My Commission Expires: 7� July 20 . 19 86 ;,p„ , Notary Public in and for State of Washington Milton Residing at 1 Charles J. Falskow , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by mid UNITED PACIFIC INSURANCE COMPANY, which is still on full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of aid Company thisu1 day o��-. 6 i 3` SEAZ Assistant Secretary �+'s•- is.r.at'•— /i. /' CLi.t�SS4 –s"— BDUsIJI Ed. 4/80 \: ^7% City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED Del Val, Inc. • CERTIFICATE OF INSURANCE • Page 13 INSURANCE COMPANIES AFFORDING COVERAGES Lottery A National Surety Corporation company B Mission National Insurance Co. Letter C P. 0. Box 18068 11ompany D letter Fort Worth, TX 76118 1-ompany E Letter 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, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. NZ zed Representative Agency: FRED. S. JAMES & CO OF OREGON at�ued 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: e (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, tern, 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 terns, exclusions and conditions of such policies, including attached endorsements. Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp, g. ro uct: LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations MXP56579 5 10/1/35 Bodily Injury y Property Damage $ $ $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500 $ 500 x Broad Form Property Damage X Independent Contractors X Personal Injury Marine Personal Injury $ 500 Aviation AUTOMOTIVE LIABILITY A [jx' Comprehensive Form Q Owned MXP56574 5 10/1/85 Bodily Injury (Each Person $ $ Bodily Injury (Each Occurrence nxx Hired Property Damage 0 Non -owned Bodily njury and Property Damage Combined $ 500 EXCESS LIABILITY B ® Umbrella Form MN04234 10/1/8 Bodily Injury Other than Umbrella Form C] Other Property Damage Combined $ 5000 $ 5000 WORKERS' COMPENSATION Statuto and ac EMPLOYER'S LIABILITY 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, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. NZ zed Representative Agency: FRED. S. JAMES & CO OF OREGON at�ued 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: e (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, tern, 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 terns, exclusions and conditions of such policies, including attached endorsements. 0 0 CITY OF NEWPORT B�ACN AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 1. 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: BAYFRONT BULKHEAD SEALING SIDEWALK AND PAVEMENT GROUTING NO. 2448 Project Title and Contract No.). This endorsement is effective October 3, 1984 at 12:01 A.M. and forms a part of Policy No. MXP5657935 Named Insured Del Val, Inc. Endorsement No. Name of Insurance Company National Surety Corp. By ���� Auth rIze R�en� 0 CITY OF NEWPORT BEACH 0 Page 15 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 of 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 Property Damage Liability (x) Single Limit $ each occurrence each occurrence 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 FULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING NO. 2448 Project Title and Contract No. This endorsement is effective October 3, 1984at 12:01 A.M. and forms a part of Policy No. MXP5657935 Named Insured Del Val, Inc. Endorsement No. Name of Insurance Company • • Page 16 CONTRACT THIS AGREEMENT, entered into this Zday of 19, by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and Del Val Inc. , hereinafter "Contractor, "is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: Bayfront Bulkhead Seal Sidewalk and Pavement Grouting C -2448 Title o Project Contract No. (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 and Pavement Grouting C -2448 Title of Project Contract 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 Twenty Seven Thousand Sixty_ Dollars_ and No /100--------------- - - - -($ P7,060.00 ). 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) • • Page 17 (f) Plans and Special Provisions for .o. ...._ 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 the day and year first above written. CITY OF NEWPORT BEACH ATTEST: APPROVED AS TO FORM: Del Val, Inc. ty Attorney Contractorn� % By _4 Uri // Its IOl I1r, 061 -M7548 By Its CITY CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING CONTRACT NO. 2448 1984 -85 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 . . . . . . . . . . . . . . . . . . 3 C. Pressure Grout PCC Sidewalk and Pavement. . . . . 3 D. Material . . . . . . . . . . . . . . . . . . . . . 4 E. Construction Site . . . . . . . . . . . . . . . . 4 F. Records . . . . . . . . . . . . . . . . . . . . . 5 VII. SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . . 5 u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 of 5 BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING CONTRACT NO. 2448 I. SCOPE OF WORK 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 improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing No. M- 5242 -S), (3) the City's tlon k196C tCIltion), ana (4) the Jtantlard JpeC1T1Cat10nS tor I'Ub11C WOrKs Construction (1982 Edition), including supplements to date. Copies of the i y's hard S ecial Provisions and Standard Drawin s may be purchased at the Public Works Department for Five Dollars ($5). II. TIME OF COMPLETION The Contractor shall complete all work under this contract by November 15, 1984, or within thirty (30) calendar days following commencement of the specified work. III. 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 459D 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. . SP2of5 V. TRAFFIC CONTROL AND ACCESS 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. B. "NO PARKING" SIGNS The Contractor shall furnish, install, and maintain in place "NO PARKING" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Depart- ment, Traffic Division at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. 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 ad- jacent 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. w SP3of5 The Contractor shall pressure grout one hole at a time, on a slab. When grout appears at any longitudinal or traverse 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 wooden plug. The wooden plug shall remain in place until the grout in the hole is not disturbed by adjacent pressure grouting. Pressure grouting or bulkhead sealing shall not be performed during inclem- ent weather, 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. C. Pressure Grout PCC Sidewalk and Pavement The Contractor shall pressure grout the existing PCC sidewalks and pavement to eliminate any voids beneath the slabs and provide a smooth driving and walking surface. Injection holes will be drilled in pattern determined by the Contractor, but shall be no greater than 8 feet apart for sidewalks and 10 feet apart for PCC pavement. 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 Con- tractor, in developing his drilling pattern, should consider grouting on both sides of any cracks or joints. The Contractor shall attempt to pressure grout sidewalk and pavement slabs with differential settlement in such a manner that will result in their surface conforming to the plane of the surrounding slabs. The upward movement of a sidewalk or pavement slab shall in no event be greater than 0.05 inch in relation to the adjacent slab. Sidewalk or pavement which h as been raised in excess of the 0.05 inch allowable tolerance shall be ground or milled to the correct grade as directed by the Engineer at the Contractor's expense. The Contractor shall patch back all holes drilled in PCC sidewalk and pavement with a mortar to a depth equal to the thickness of existing PCC sidewalk and pavement, and finish the surface to match the existing sur- face. In the event that the specified grout material proves unsatisfactory at any specific location, the Contractor shall cease pressure grouting at that location until he has received Engineer's approval for a substitute grout material. Substitute grout materials shall be provided at no addi- tional expense to City. • SP4of5 The Contractor shall take necessary precautions to prevent grout from being pumped or disposed of into any drainage or other opened struc- ture. 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 Section 201 -1.2.5 (b) and (c) of the Standard Specifications. c. Water Fresh and free from deleterious materials or organic matter. 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 . SP5of5 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. VII. SCHEDULE OF WORK The Contractor, in scheduling his work, shall begin the project by sealing all bulkheads and grouting sidewalks, followed by grouting Balboa Boulevard and finishing with the grouting of Bay Avenue. Y. • BY THE CITY COUNCIL* September 24, CITY OF N 1984 ) E r-g- WPORT BEACH CITY COUNCIL AGENDA ITEM NO. F -3(c) SEP 24 1964 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ;BAYFRONT BULKHEAD SEALING SIDEWALK AND PAVEMENT GROUTING (C -2448 RECOMMENDATION: Award Contract No. 2448 to Del Val, Inc., of Fort Worth, Texas, for $27,060 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on September 13, 1984, the City Clerk opened and read the following bids for this project: Low Del Val, Inc. $27,060.00 Fort Worth, Texas 2 James E. Lenihan $31,850.00 Torrance, California 3 Hunt Contracting $32,930.50 South E1 Monte, California 4 R. E. Lenihan International $35,405.50 Huntington Beach, California 5 Masscon, Inc. $49,800.00 Ontario, California The low bid is 23% below the Engineer's estimate of $35,000. The low bidder, Del Val, Inc., is a well - qualified general con- tractor who has successfully completed similar work for the City. The project provides for the sealing of bulkhead joints and the filling of voids under the adjacent concrete sidewalk on Balboa Island and the Peninsula, and the filling of voids under Bay Avenue (see attached sketch). The repairs should eliminate the transport of sand through the bulkhead by tidal action and reduce the rate of cracking and settling of the roadway. In addition, the repairs may help to alleviate noises and vibrations felt by resident adjacent to the roadway. Funds are available in the current appropriation for Balboa Island Bulkhead Joint and Sidewalk Rehabilitation, Account No. 02- 4197 -246 The plans and specifications were prepared by the Public Works partment. The c_ ontcact requires completion of all work by November 15, 1984. Benjamin B. Nolan SJL:jw Public Works Director Att. 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 13th day of September, 1984, at which time such bids shall be opened and re—ad-76r BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING Title of Project 2448 Contract No. 'PAT Estimate Approved by the City Council this 27th day of August , 1984. AUG . I 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 Luy at 640 -2281. Project Engineer �i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVE14ENT GROUTING CONTRACT NO. 2448 1984 -1985 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 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. 2448 in accor- dance with the Special Provisions, and will take in full payment therefor the following unit prices for the work, complete in place to wit: ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1. Lump Sum Mobilization and traffic control @ 11,f eWfV -SEc nJ k / /JA Oe- cF_O Dollars T-' -7 and /UDlzyC� Cents on $ —7- Lump hum 2. 400 Seal bulkhead joints and pressure grout One hundred existing PCC sidewalk weight @ Dollars and Tar�r✓vy Cents $-/7- � $ 00 d Per one hundr weight 3. 1,390 PCC pavement pressure grouting One hundred � 'w weight @ / -, �Ly6- Dollars and Al �/ oy Cents Per a hundred weight $ 12 � /a tl6 $ �6i loOU `l C -2448 0 • PR 1.2 TOTAL PRICE WRITTEN IN WORDS: M M C61- 307548 Contractor's License No. & Classification Date 9-11-84- Bidder's Telephone Co. '9601,5-+7 - YA 79 Dol 1 ars and $ 24aa poo ✓EL l�R �� /NG , Bidders Name Authorized Signature/Title) Bidder's Address /? 0, /3oK /8068 Fr. Wox-rn %x, 761123 • • Page 2 INSTRUCTIONS TO BIDDERS 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. CC LAM 061,W7548 1/ / Contr's Lic. No. & Classification 9- 1i -B4-- Date DE" AL ) NG, Bidder u orized Signature /Title • 0 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. EL- VAL-J I Air-, Bidder �dV4-) n . uthorized Signature/Title 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Del Val, Inc. 11 Page 4 as bidder, and United Pacific Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the amount of bid llars ($ ioi ), 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 front Bulkhe e 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 13th day of September , 1984. Del Val, Inc. (Attach acknowledgement of Attorney-in-Fact) q� thorized Signature/ Title Notary Public Commission expires 5 —aq -H United Pacific Insurance Company By Title K. C. Kraig, Art ney -in -fact TTXq=ED I= *CIP'IC INBURANC& COMPANY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby mske,constitute and appoint K. C. KRAIG of PORTLAND, OREGON------------ - - - - -- its true and lawful Attorneydn -fact, to make execute, seal and deliver for and on its behalf, and as its act and dead ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP----- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in -fact may do in pursuance hereof, This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS-IN -FACT SECTION 1. The Board of Directors, the President, or any Vice - President or Assistant Vim-President shall have rower and authority to: (a) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, fecognizances. contracts of indemnity and other writings obligatory in the nature thereof, and Ib) to remove any such Attorney- m-iaci at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by aulhonty of the following Resolution adopted by the Board of Directors c UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such lower of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such lower so executed and certified by facsimile signatures and lacsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vim-President, and its corporate seal to be hereto affixed, this 1Tth day of August 19 T8 UNITED PACIFIC INSURANCE COMPANY ct;� STATE OF Washington P Vice-President COUNTY OF Pierce sz. On this 17th day of August , 191$„ personally WM. J. COTTER to me known to be the Vice-President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still in full form. My Commission Expires: — January 15 82 ?. (� Washington • 19 — " "`" "° Notary Public in-and for State of _ runk :'n•'O` Tacoma Residing at Gerald C. Lyon , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNrTE PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said BDU -1431 ED.2 -72 aaas or Se2tember,1e 84 • • 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. Subscribed and sworn to before me this 107H day of Sf�-pT_ , 191C. My commission expires: ��eL VAS INC.. Bidder Authorized Signatur /Title Notary Public% • • 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. /3Y l-oG2- Ov(t (SGRL- y6 A- C�"oiNG DEL- VAL INC,, Bidder i P , Authorized Signature /Title 0 0 Price 1600 TWO TANDY CENTER FORT WORTH,TEXAS 76102 ater OuSe 617 335 -6271 October 21, 1983 To the Shareholder and Director of Del Val, Inc. In our opinion, the accompanying consolidated balance sheets and the related consolidated statements of income and retained earnings and of changes in financial position present fairly the financial position of Del Val, Inc. and its subsidiary at Sep- tember 30, 1983 and 1982, and the results of their operations and the changes in their financial position for the years then ended, in conformity with generally accepted accounting principles consistently applied. Our examinations of these statements were made in accordance with generally accepted auditing standards and accordingly included such tests of the accounting records and such other auditing procedures as we considered necessary in the circumstances. DEL VAL, INC. CONSOLIDATED BALANCE SHEETS SEPTEMBER 30, 1983 AND 1982 ASSETS Current assets:- Cash Receivables: Contracts, net of allowance for doubtful accounts of $3,047 and $ 0, respectively Contract retentions Other Costs and estimated earnings in excess of billings on uncompleted contracts Inventory Prepaid expenses Total current assets Machinery and equipment, net of accumulated depreciation of $485,515 and $425,117, respectively 0 September 30, 1983 1982 $ 13,716 $ 6,037 463,500 265,434 64,291 47,019 4,409 5,546 532,200 317,999 93,155 107,737 33,982 55,608 4,274 6,280 677,327 493,661 244,907 256,571 Cl: 1 Lc I Other assets 6,511 4,880 C 928 4 25-L11-2 0 0 DEL VAL, INC. CONSOLIDATED BALANCE SHEETS SEPTEMBER 30, 1983 AND 1982 LIABILITIES AND SHAREHOLDER'S EQUITY' September 30, 1983 1982 Current liabilities: Notes payable $140,145 $105,533 Note payable to shareholder 50,000 Current portion of long -term obligations 56,150 56,250 Trade accounts payable 123,696 96,718 Accrued liabilities 28,610 45,693 Deferred income taxes payable 25,213 -� 4,000 State income taxes payable 71446 -- _ 510 Total current liabilities 381,260 358,704 Long -term obligations: Notes payable to shareholder and officers 124,432 145,197 Note payable 102,188 110,500 607,880 614,401 Shareholder's equity: Common stock, no par value, 500 shares authorized, 300 shares issued and outstanding 8,785 8,785 Retained earnings 312,080 131,926 Commitments (Note 9) 320,865 140,711 $928,745 jjj5 112 The accompanying notes are an integral part of these financial statements. 0 0 DEL VAL, INC. CONSOLIDATED STATEMENTS OF INCOME AND RETAINED EARNINGS FOR THE YEARS ENDED SEPTEMBER 30, 1983 AND 1982 Revenues: Construction revenues Other income Costs and expenses: Costs of construction General, selling and administrative Depreciation Interest Income before taxes Provision for income taxes Net income Retained earnings, beginning of year Retained earnings, end of year War ended September 30, 1983 1982 $2,764,653 3,752 2,768,405 1,963,318 428,673 104,340 63.261 2,559,592 208,813 28,659 180,154 131,926 $ 312.080 The accompanying notes are an integral part of these financial statements. $1,490,660 14,131 1,504,791 1,023,287 233,027 111,832 75,952 1.444.098 60,693 4,510 56,183 75,743 S 131,926 9 • 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 Colleted For Whom Performed (Detail) Person to Contact Telephone No DEL /AL-, lNc_. Bidder uthorized Signature /Title C) U W a (7 Z F !Y (!J V � 0) M1 K U N U N c m m m m O O u m � O U 2 N UI N VI co N Q) O O } O O 4 V L U L U r cr c 4)20 c N 20 >O M� c00 in 0) M Q /- (1) — O N a) — O N t N Y O N O r r o r 0 } } Z O: — N 0)— c0 0.- c C U C C C C O L 4) O L Q) O O U d' (D M It V N Z c Q) U J} •- 1 = +- .- I E L L NQ 1 c.0 X I U �F- 1 O — I W Q) N N N N N N U _a m O O (o �o L X N X c0 X X N w m m O ol m o 01 o o rn o a > r a a Cl- ° NJ 267 F-(n M O c Z c ul U n n U M 4- � • E O u1 � m ..— V u M ^ m In - 0) c o- N c0 0 L 10 (V 0— O O do Q O --- � On.-- m X }p W m \ J O v N x U U• -' S U a Z— -4 a O J a J (7 3 4) O (D O V O O- O O W 0+- O co O J O H m \ 4) \ \ - W F-- Q O o f O E O E O E (n O E v °aW co Q g Q ._ _ p ._ (D.- ._ O ._ V _ Q N t O} O t N -1- 0+- (71 N ^ UI .. 0 . N . M .. VI 1- W N W W W W 1n W O In U In CT M r1' M N .p Q - Hi to fA b9 Z z O U S O � ^ O X Q + U U N S Q Q U L O U L U N T L O — t m • 4 — U z 4) _ •> O E N cYp > Q } — c } O c o E U C } � c O _ 47 47 U U N <n (.7 O Q U (� C c N N ? (Q VI C C G N } L L O C U<n _ cti- O— c O .o Z m� �n .o +� U° •- H W L S L L (o LQ <X Q N Q 0 0 0 O O U ♦- O (.D L U = S J `-' U' 0) m (D c m m m m Y N UI N VI c0 t {- {- 4- 4- } -} W c C c C C C C O E E E E E E E h W Q) N N N N N N 10 _a m X m m m m N m C) o r a a a a Cl- a a z m m \ J O v . '.¢o]O co L 00 co W 07 co ul J O H m \ 4) \ \ - W F-- Q 3 r 3 r r r %o (n in °aW ° Q Q M J co a - mi v 6 co 0 NO 0 o co O • - IpD O r co m . co w w w m w m m S w w w w w w w f• < W co N n -i X N O 07 A x(D CD �(D •lO O { O --I for CT D Z+ -ice (D Z+ -I X • D` 3 OD N O J N 7 I O O d m z v v 0 o o v i0 VI Z 1 0(-) m m DOi (D m d (v m < x rn < < c < < < < < -a co 10 N • (D n + 10 oI (D CT (D • O Z O —O x' -- Q O•• m co 3 3 - •O O -• 3 3 3 3 3 m 1 . O (3) (D (D VI m • N (D m CD (D (D o �_ N O W n 3 M CD (D < CO -• 3 C D (D O CD m !n A 0 0 3 N N 0) c O n A (D 0 1 A O m A (D X (D A X. O (p X+ W X 7 A (D X O c c X+ E C7 N N N N N N N co) n C c D c c c c C A m (D W V l O O� D O A E w l< o c U D J n d 1 m A N of m 0 c1 Z O �Oc N —0 O N N (D -+0 C) w Di N N N N D N+ W W of d -+W 0 d d 01 dl [U O .-. @ �D + W W Eon Dc 0(DD NO Ed (7N G70 A D co D;' D— D m S I(7) ON S— O(D W co N n -i X N ON x(D CD �(D •lO O { O --I J CT D Z+ -ice (D Z+ A D` 3 OD N O J N 7 W O O d C VI 0 + O N Vi i0 VI Z n O DOi O O A ON � c (n n c a r7) r m D CT (D • c + 10 N • (D n + 10 oI (D CT (D • O Z O —O x' -- Q O•• co C) Oc 0 —o R' - •O O -• --�0� (7) ON — (D VI (D 1 m 1 . O A C + CT — • (D 0) 1 O VI m • N n N O W n 3 M CD (D < CO -• 3 C D (D O CD m !n A 0 0 3 N N 0) c O n A (D 0 1 A O m A (D X (D A X. O (p X+ W X 7 A (D X O c c X+ a X— C7 AI n (D N D r < CD o o A E W m m (D W V l O O� D O A E w l< o c U D J n d 1 m A N of m 0 c1 Z O �Oc N —0 O N W Q O 10 -+0 C) w Di � C) 10 0 D N+ W W (D o -+W z OD + Q • O .-. @ �D + J ) n O n C) JJ W 1 O C7 Oc OJ Oc W Cl- O �O Z � �O (D O of Vi < O D V1 0 N 0 m m E C) E D D D N D N r C) n D W W n n w f+ A co O W co N (b -i O N ol O { O J J CT D O -• O O A A D` 3 OD O J O� C71 W O O d C VI O + O N Vi i0 VI Z O O (D O O O A ON � -0 —i come r7) r m N (D O) CT (D • c 0) 10 N • (D A c O N (D • d 10 oI (D CT (D • O Z O —O x' -- Q O•• —O O - C) Oc 0 —o R' - •O O -• --�0� (7) ON — (D VI (D 1 m 1 . O A C + CT — • (D 0) 1 O VI m • N < 07 -• O W n 3 M CD �- 03 O < CO -• 3 C D (D O CD m U c O �z A 0 0 3 A (D 0 1 J d 0 -1 0) c O n A (D 0 1 A O m A (D X (D A X. O (p X+ W X 7 A (D X O c c X+ a X— TJ AI O 1 G) 1 0 C7 I -1 O (7 A E W m J Z -' (D W V l O O� D O A E w W V I O ---` Z N• O U D J n O ON 1 W O A N of 0) D J n W O c A W Z O �Oc N —0 O N W Q O 10 -+0 C) w O J � C) 10 0 D N+ W W O N -'D N+ -+W A OD + J • O .-. @ �D + J D O 1 O lO -• — W 1 O C7 O OJ 10 W Cl- O �O W � �O (D J Vi W — 1 O (D V1 co 0 N 0 m m W W N F- U LO a p z_ F- O U F t U c \ I i N c C m 4 m m c + N N U O O c Y O VI U N c Y — L m N 0 .- N U CM V m S r M OS > V .- 0 0 m OO. -� - r o N S Mr O S F- <C' N co .-0 C c� CC CD .- N (o CC 0 V) N Oo w 10 Z co C)\ >-OY O O M N 4-- O W L �O c C O - t(1 3r 3 N U N O Q) a)<K) L <I _ a) ZO ko OD H Z •- O m a) Q a) a) U --O 1 �x > - m L O•--O U O V7 V U1 U )[1 3 0 ) O X 7 C M M X CC m m W C M a) O 0 c 0 OD O O m n L O V f U O c r C O W C m c to L U� c mC N Cpl O 000 N Z c Z C� } m c.- N,-. N m i. C .-• >- C .-. N Q) .-. O L YN >- O- •YM m Y01 a)M L m1f1 - . } M U' mOl CO U O Q) }- O LO E X 00 -O CT,O L •0 d.- 4) O L O Z } )O Cn co m >- . L G (D • @ M U O Cl In •- I(1 m n • Q) .- • O M w - 0 - a_ C) <CL 0- CL <co M M Z: a- -j - ZO_ U- J O O Cl OD \ M O O p z O o o V O O O • odW o .- M c0 i0 •O ON V Q 0) H O �O CO C C N u'1 69 69 69 N Of 6q y.1 69 W Z z O U U O] c •L C N O z U r s o' U p s m iO D, \ c Z O U c E O N S m a q) C) N m U a. U to — O U U Z CC (L.) (j F M � l l t U \ I i N c C m c m m c + N O c Y Y VI U N c Y — L O O m S 00 L 0 U H c 0 Y 0 0 t n C U S N S C O O S w N .-0 N .- N -0 0 V) Z I L N W m - O V E U' 7- > m U E 7 .-C H Z ¢ O m a) Q a) a) U M � l l \ I i c C m c m m c Y Y VI Y UI V) Y co } } } } .}.. } } Q) w C C C C C C C U1 E E E E E E 7 r w Q) a) m a) m a) a) U �x > m m m m m m m Z C F- 1- d CL 0- a 0- d CL O ro J •. ¢C O C 7 3 M M M M M M M J O F- I co \ OD \ \ w f-- ¢ o o an • odW o .- M W m D 0 N)•• N \ w 00 • m m O V1 W W W W W W m N 69 69 Z 69 VI < (n I N N (D C7 6h 0 CD D A J OD 3 N -_ } 0(D D O r \ I 2 .. X �. a -I x w D Z T O 0) 0) (D (D x ' A (D co N N W O £ (D C O N O W Z - O O Z O n O O O 6 O n O -1 i OJO 01 O "D ,- .lp _0 D-1 < x X D` c < < < J (D • m < < < -' £ 0 (D C O 3 G O Q Of 0 C O<a 07 3 m c . 0 -} 0 3 3 3 3 3 3 -F Ch - (D c (D (D u) N (D (D <D (D O C 0% -+0 c 0 3 <D y (D > > 7 O) = 0 N > m -I X I )O + X (D 0 O W+ X X -1 VI 'z 0 D N O a) L (p (D N Z -I 0) 3 d\ 0 (D N <D \ I <D - . -•7 N X < - E 0 1 i--`d (n (n -' (D O N + (n N O O N O C\ r C c al 0) G 0) 01 C c TO o m r O r r o (D N X n T. U) (D J Vi O c (D ID (D O (D N J Z <D (D O O C-) J O <n ca (n -i 10 O T O < c O " N O A £ O O A O i m D 0 (D - -0 Z. z O d c xD� 3S 3;a 7 69 69 Z 69 VI (D (n I N N (D C7 6h 0 CD D A =0 OD 3 N -_ } 0(D 0 O ( I 2 .. X �. a -• -) W D Z T O 0) 0) (D (D 3 00 (D co N N W O £ (D C O N O _ - O O Z O n O O O 6 O O -1 i OJO w -0 -1 O "D ,- .lp _0 D-1 n _0 m m c 0 J ID • X 0I N-) J (D • m )"D -C + Z -' £ 0 (D C O -Oc G O Q Of 0 C O<a 07 1 c . 0 -} 0 J-< . - - (D 0 3 -F --a - (D c Z n Q] (D <D 0 07 0) 0 m � C 0% -+0 c 0 3 <D y -+ W° o N (D O) = 0 N m -I X I )O + X (D 0 O W+ X X -1 VI 'z 0 D N O a) L (p (D N Z -I 0) 3 d\ 0 (D N <D \ I <D - . -•7 N X < - ID 0 1 i--`d Ci N O) J -' (D O J --1 A (D 3 + J -1 O G7 U -< W O N O C\ r J J- O W X ON 01 'i - A X 0 u D n W N N z 00 T W C o m r O r r o (D n O) `• J O N+ c J Vi O c D D O J J Z J O c0 N+ O O C-) J O <n ca (n -i 10 O T O < c O " N O A £ O O A O X ON O Z 0 n OJ W O O (7 O ZI (D c £ O Z f O S < n + n D + i O Z 7 69 69 EA 69 Hq 77 W 69 6h A W D A J W O n A W W D co 111 0) )O N 3 00 co N N W O C O N O _ O O O Z O In O O O O O -1 i OJO w -0 -1 O "D ,- .lp _0 D-1 n _0 m m J (D 0) • O = J ID • X 0I N-) J (D • m )"D -C W S. 7 Z -' £ 0 (D 00 0) 3 -Oc 03 O D O O Q Of 0 C O<a 07 c . 0 -} u c O • J-< . - - ID 3 -F --a - (D c Z n Q] (D 00 (D - 0 07 0) 0 m - 0% -+0 c 0 3 <D 00 z O -+ 3 -+ W° o N (D c 0 O) = 0 N m A X -I X I )O + X (D 0 3- W+ X X -1 VI 'z 0 D W (D X O a) L X m 0 N Z -I 0) W N S d\ 0 (D N <D \ I <D - . -•7 I W O N X < - ID 0 1 i--`d Ci N O) J -' (D O J --1 A (D 3 + J -1 O ID U -< W O N O C\ r J J- O W X ON 01 'i - A X 0 u D n W N N Z 00 T W C kA JdT. co +1 J(D O m < O 10t W+ -A I n O) `• J O N+ c J Vi O c D D O J J Z J O c0 N+ O O C-) J O 0) J J m W + -i 10 O T O < c O " N O A £ O ON O 0 n W O O C) U W O 0_ C7 Z H O 0: aJ CO r co U O h zw x X 1- ¢m °o J O W F O CL li z O ¢ M z m 3 d m Q m ¢ Q) O u U r N ¢ L z O O U O !n r U O N � 6 cn U rn L C U N F C U CA ¢ a) O c O } v tO'1 N D m N 1i N 4 C Zn C O W O CA U O O I- E C E E L O U m 3 N 00� m m O� Z L. O NO M } r N O} m L L 00 O u l M a G M a co M r 3 4-} C O¢ M _¢ -F- L NZ co a0 O 1 0 V C I l .- U%0 U I _ c C L }V m 0io m U N E N r D-' L X •- m O X L X C N T X C M — X O N— X N W ¢ O O co 0 0 m O m V m La)" — p J U dp z co a- =m 03 �m m� z m° — 0 C � U m0 0`° Q a >.O _� IQ)U 3 3 Nv �O �O CO . N T 0- C V U N O CT,� Y E V L O O E O N L• - O (a Z }- - ._ O. N O m d\ O¢ }N •- >- t m E tr W Nd 5�-- O Z[L p Od w -• -i3 dg� 3o-0 2(A O_ Ln� Z O O O to M . 0 N M E r M 00 d O` •D 0 LLl V F- N D\ O Ih OJ U M M f V 4 av� err ea rn z 0 U z ¢ z m 3 d m Q m ¢ Q) O u U CO N ¢ L z O O U Y !n Y U O N � 6 cn U rn L C C C F C U ¢ a) c } v N O L m O 1i C D C C C C O CA C E C E E E W m O m m m m m m } o m m a U a a a o a N L � W co a0 N N N t \ _ } ¢ C L ^ L ¢ 1 U N U Z CT a0 r p J U dp 2 L I- O W O N U p t U U Q IQ)U 3 3 Nv v m r I In 1 m m m m Q m Q) N to Y Y !n Y a a d U U a 1i C C C C C C O E E E E E E W m m m m m m m o m m m m a a a o a N W co a0 N N N \ co CC) ¢ N \ 1 p CT a0 r v m r I In 1 W OD m m --I O r In N N N N m O07 D- I J A O F- 03 x A _ Z o O C) m m + m m m -0 x O X < < < < < D (D (D O Q (D (D (D 3 3 F -• 3 3 3 D\ (D (D (D — (D (D (D O > T _ N + + -} c0 O m E �- N G + a•_ N t'_ O n m 0 O a n A T x M (D c x (D - (D - (D m O O m t0 — (n X C) 0) O 3 ➢ 0 f/> 0• _ N 0 { Q (n O Z M O C) - O -1 [ O n 00 O (D {� m + 0 O 1 + m + c n m (D d � — C) O n o z r- (D (n 3 Z o m m m m 0 n 0 o c (D m + F O n 1 — C) 33 1 '1 O c — (7 O I n + O — O Z (D A X Z � O X o �_ m z 3 � O Z 1 69 M 69 Hi -77 ! di H D N V N A N 7 Vt V1 01 fv Vi -i co O A N N O D A V1 07 10 J c 3 A A N N W O C N N O O W Z O O 0 co - O O I -.0 -0 z0 W -0 -i� W "D O7 �x�7m r -0 :z —0 W —W m V (D • 30 (D • XS N) (D O a —O — In 03 - i (D W m O D n Z 0 3 O z m O O O C) 0 O X —< X c �n -•• O c • 03 01 — • NO +O lr N N c C) - --� O 3 3 Om — (D 3 —� (D -'< x 3 D IJO(D Z n Q7--O O co -10 < mn — (D 070 m v D`� m u O O D O A c O F W (D W CO A (0 O d W 0 A 2� m A X -1 + X 3 V( m X S CO 1 N m X c x (D VI - A m u In -• 1 X N W I W 1 1 0 1 W d 1+ s 0 N W A :9 V1 E A+ 01 + J O v N — O I T E X D\ n VI D O N O Z VIZ J— z O Co N Z O J ON O D W J m O V1 co C7 O v 1 O O J N O m O W J N O A J O O Z7 m C Y CP. C N N Cn O o N M Y V N F- Y O Z r U o r U r ( r � N > > Cn m �o N c0 ¢ m co + W of O O T Ln M O c U 4- C N O t0� a7 O0, E 0 CN L Nrc0 IDM o g aJ z `D ;I L co > M Q LO >N Z r O a) Z O N UkO C N¢ }m ¢M Y'- +O UO3 M O IL > _ — - U I •D L I } M 1 M L 0 \ - co O+ Q) M m U E r O m 07 •- to /L K r ( m •- U1 Y M Y X N X N ¢ X o. �] X a) m co L X (0 W •- N W O� — (U to L(� : O O c m O L N N O+ •O O 1 T X ¢ Nr v > XN } O+•- a) to O C V a) V } Z �� d O morn t0 V tom (00C m� }r O�L3LN M - —rn m� to W QZD7 n pNN� SQ O \ �d Mme- Ud J i dJ H O O M p O O z o o v r 0 0 o < N O V tip M r ¢ ON U O\ U V N M r D\ N U ¢ !3 M tsi EA b9 69 69 M F Z O U � Z . Z Y L U } ¢ U 3 W O z U ¢ > 3 Z � N U + 3 I d Z T y O L l0 (0 N } l0 U J C L c } U Z H 10 3 — U � O O m a) ._ J N of U ♦- L G + O to O - + U a U a7 } � U } In to } to a — G U O OS U Cr. K +- H w F- c LO } O O S O O Z N G t¢ E> CD c U } U (D 3 T U) W cc v ¢ z = E /0 - ov d U Z m C Y CP. C N N Cn N M Y V N Y U a U U ( r � A > > Cn fo c0 co + W c U c C O E aJ `D 07 E E E� E r W a) -o a) a) a) ai N m IL > _ co X > c0 L 0 t0 to to l0 U O F- f- CL CO d d /L d z m X m J O of \ ¢ m O r W 4 m \ co \ co \ m c0 ._ w I- d w O .- O O \ \ \ ON co O p T T O' \ D \ \ O o r CO oa C � f < J o W D- n Z \ -I x i 03 O 2 (D a mz o p l -ion _0 < x O` < m m m m m < < < O CD m m � 3 3 3 (D N (D < a O O R1 O 0 T. F m C C n O P P 7 (!I n - (D /D m j � m m y 7 O p T T O' \ D m co O o r t() m C d f < O (D o W D- n Z Ior -I x I O 2 (D p mz o p l -ion m < x O` < m (D m m J 3 n O (D O -� � T � O c f < a O O R1 O 0 T. F D n G! Z xl n 2� r 3 O O 3 t() O C d s O (D n Z I O c (D p < p l (D c� O _ z � m n — O m c < 0 O O G! Z xl T 2� r O (D O O O C s m c� m _ z I n — c z O n m j y 7 Z ' O Z ss n n D O W 0 D\ A co A O D J N ON 3 v rn O u O C O O O N Z ' O O O O � i �n0 OUi OX Om (D 07 m c CD OD -+ W < m A(n O a a+ O r a+ -• O ko T O- m N N X X O N m X co CU (D X (O .Z7 lJl UI 10 O W (D W -• \ I W a I -` In I (DN m I A— n J O D` O A— W Z A 3 O Z w U N� A:ZJ(D Nj�o NJ -I Co A O N_ O A J co D OD A O J C J O lT O O THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, 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 above - entitled matter. 1 am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A-20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: s�a9 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, thlagday of 19 8!f Signafur THE NEWPORT ENSIGN aylq�. This -- space is for the County Clerk's Filing Stamp A Proof of Publication of NOTME Vanua taws Seabd We may be modved at the offim of the Oft CLdG 3900 Newport Bwliwud, Nwyee Beaob, CA 97889 1e1011A0 a.m. credo 1901 dar of SaPbmber, 1994 at wbbb Am meb'blde AA be apased aid reed tm BATbBONt HD ?A 6AA6 r9 Ay$ tNQ, flipiMA4t #XD .. Coatraee No. no ,:.896.000. . Aw"Ovetby0leCRY . Csr flrb .. PorlaAha!afpogatlon, ao9 Bbpbso ..... . 9 198 L°Or l�sellACf L�1, at PROOF OF PUBLICATION 9h 0 0 c - %x+45 BY THE CITY COUNCIL 1 39) CITY OF NEWPORT BEACH August 27, 1984 AUG 2 71984 CITY COUNCIL AGENDA ITEM N0. F -11 T0: CITY .COUNCIL _416A� - FROM: Public Works Department SUBJECT: BAYFRONT BULKHEAD SEALING, SIDEWALK AND PAVEMENT GROUTING (C -2448) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. on September 13, 1984. DISCUSSION: The project provides for the sealing of bulkhead joints and the filling of voids under adjacent concrete sidewalk and concrete roadways. The process consists of pumping a cement slurry into the bulkhead joints and under the sidewalk and roadway until the joints have been sealed and the voids filled. The process will also include the raising of roadway slabs to eliminate differential settlement and provide a smooth roadway. 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. In addition, the roadway should exhibit a reduced rate of crack- ing and settling. The repairs may also help to alleviate noises and vibrations felt by residents adjacent to the roadway. The estimated cost of the work is $35,000. Funds are available in the current appropriations for Balboa Peninsula Pavement Subsealing (Account No. 02- 3397 -274) and Balboa Island Bulkhead Joint and Sidewalk Rehabilitation Program (Account No. 02- 4197 -246). The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by November 15, 1984. The location of the project Benjamin B. Nolan , Public Works Director SL:jw Attachment is shown on the attached sketch. "r E 02 L^ >w I • ar I d ibbI��CS ..iSI`� / /r "`'4 ;%'•;'X :isii s �s.r I s t i -- `, I ...,.. I a_r -.^. gv::a 1,9 1 I � <SEAL ST< ].y <I Q'V i �' rrt, <Y�yy ryEe H ♦ r`T' t �< *y ti° I I I r < ® 4 'Ey rem ^. a sT oIPOSS sr a x %``'fin. '� fj Ir <'R' •ir � y r� P * ; J V.r O J <3 x iTN _I ] i. .: S Sl ° J u°"PQ b r Z c � �3 �.S• 4 � [.. I I. CEN.��r[I rfvey�, �SiF / R�ryl CrYUrpJ' 1 �'• a.'� f aea:� "�..�\ p�5 WE(L CP J tf0r5 p J y �SWit pg ST C��-Sf i' C S e0� hP efSJ FSI:,yf �f ]p yY Pfy tY • e .JPUeS Si ICI �5 - �pl� Brp J f'1? FAT .l f �.. ��O•Y' t. Y9/I � �Ir FPPN� JSET DA 1 — Q I p .AEt a1�OP , � e H£f 5 ♦ IPJr yJ' K u .rwr°x 4J .^y � tfn• 06 arP .}'.. "�' ° °r,`° ✓'t Jy "es H° /:. � si pPPO z r s \ .. � rJC, t p •I, y F �� 1 ESi Do'r W 1 / \. �`P,.,JCnoN !� oe ° I`��Pt as nt rsr �5 •�°t`M1� IIyyf °�I w 4 O 8� Qr1ie ti JJ I f 11,f n. � ° � L—� ea r• � -i � l�� r �J�� °s � �' n; r' �r a7! `�:�, s�r' PP !' y \S. 9 oe b � .r 4 Iay FF it l/ry f \ ! /'- ��1 ' �. i' ,'6 tiP .{"� -„ �♦ .A e" x s `; 4 y`;P I ilfP.. °H` r\f / ral v� .� 9 s. Es � : Y" e ? r ,a' � w r.ronr Nubox sr ,�. - r � ♦ i cy L y �p is i r • <e fuaot I � ' ✓�yr � ¢� W J f> fl5[ ''` 1- 's'L'- I ° 9 n tee' i rr� 9 i' j = '°' a , �i_- � • r r. All � yr' 'wvlth•, .�f tr � � i?�2W � r_ J n sx c./ \ � j s` i k t T C04$r r [ �f�i p„m+ \1 u \ 5 l t 1f° [ �• �ry f(1AY t Le 5 S f/ F �{ +.. ~\` IA 11 ti s ✓ - `"7 -j I ���[ k P41 •1. �... .e � �(/��+ �i . %[aC / ��P�t n: Sl 1.f':, I • � -.. ' - " \I . gait .. ( I G LbOI IICP I {` P.PO✓ECT. LOC.47"/O/V S G -2448 CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED BAj'FRONT BULKf�EAO Se4L /N6 PUBLIC WORKS DIRECTOR p R.E. NO. 5 /oE r/AGFC A� ✓o .��v���E.vr c�ovr���� OR