Loading...
HomeMy WebLinkAboutC-2000 - Lido Isle Bridge, Via Lido Cribwall ConstructionBy the .,,. , wuw i CITY C?F NSWPORT TO: CITY COUNCIL FROM: Public Works Department C March 12, 1979 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: ACCEPT CE OF C.RIBWALL CONSTRUCTION, VIA LIDO AT THE LIDO ISLE BRIDG C- 2000 }. - 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 a reinforced concrete cribwall on Via Lido at the Lido Isle Bridge has been completed to the satisfaction of the Public Works Department. The bid price was: $ 48,337.50 Amount of unit price items constructed $ 48,330.00 Amount of change orders none Total contract cost $ 48,330.00 Funds were budgeted in the General Fund: (Account No. 02- 3397 -150) The design engineering was performed by Williamson & Schmid, Consulting Civil Engineers. The contractor is Modern Alloys, Inc., of Stanton, California. The contract date of completion was March 11, 1979. All work was completed on February 15, 1979. Benjamin B. Nolan Public Works Director GPD:do sea Subrparine Engineering Assckiates � By tha Li9Y CUJid:::l CITY CAF N- NJA PCBT F£ACF'. 4: n To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 504 31st Street, Newport Beach, California 92663 (714) 673.5577 November 30, 1978 Reference: Reinforced Concrete Crib gall Northerly Side of Via Lido at 'Westerly Approach to Lido Isle Bridge Contract No. 2000 Gg. � .i rbiirl NOV301918e- CITY OF NE ',•, �sEACH, C IF. ui Submarine Engineering Associates is not bidding this job for the following reasons: 1. The City's bonding requirements exclude many reputable bonding companies who are on the Federal Government's "Treasury List" of acceptable bonding companies. Consequently many small contractors are excluded. 2. The City's Insurance Certificate is nearly impossible to get any Insurance Company to sign. 3. Because of the passage of Senate Bill #2126 it will be illegal for an Insurance Company to sign the City's Certificate after January 1,1979 (see copy enclosed). This problem and much more has been discussed in my letter Date / / -3e -7f of Flarch 31, 1978 to Mr. Coffin of the City Attorney's of Office (see copy enclosed). `' >il •T TO; [ 1 ayor As a small contractor, I take the City's failure to y rectify this problem as a direct slap in the face. As a taxpayer, resident, property owner and business man in Newport Beach I resent the City spending money for the �. increased cost of Public Work Contracts b these unreasonably y Co::a = "mbr{ insurance and bonding requirements. General Engineering Contractors / License No. 251985 / Underwater and Marine Construction / Inspection / Survey / Design - 2 I again offer my time and efforts to assist in solving this impasse. Respectfully, 1 LorenA C. Miller SUBMARINE ENGINEERING ASSOCIATES Enc:2 �M61i fir.. SF�N.<';tTE'`;a,i L lilac. 2126 introainccoi by Senator Stennis Carpenter; April v, 1978 L^ i%s'l� J a: OP �Arm An act to add Section 3,'A to the Insurance Code, iel -Ring, pt' fn in:n rnurn / .. i.l V i,. . Lk :CISLATIVF, COUNSI,'LS UIGAST S11 2126, as introduced, D. Carpenter. lnsui:ance. Existing law, v;lth speclflEd cxceptlon , Makes no pl-Ovision regarding the conkniis of a c:o +rti icate of insurance or ✓erificu lion of insurance evidencing in urornce co ,:eraQ,(:. This bill, would require such certificates anc; verification to contaia, coiner oiler thin gs.. a smement to the Mot that it is not an instvlauc c ix:iicy and cocas not tu;und, ext.e;tri or niter the co-a'crago a iovded by the policy. vot!s: :Itajority. AppropriMioil: no. Fiscal colnulittea: Ito. Sttti.- 1tL;uld :Ited locA p;;,graul: no. Pie people (,,f Me State of California do enact as fo;Icly 1 SF.CIION 1. Section 384 is added to the lnsurame 2 Code, io rea J: 3 384. A certificate of insurance or verification of 4 insurance provided as evidence of insurance in lieu of an 5 actual cagy Of the insurance policy Shall eott.tairl the 5 foliming stateinents: % This certifficate o: venricaticii of insurar,l.e to not an fl, insi7r :tllc'e and cloes not alrlerii!, u-xtend or o.lrCr the 9 coverage affo -dcd by the. policies listcd herein. 1v tote.;thstanJin4 any 1'E CiLIl'cntE; ll i, tcvrn; of i:orl, it'iGn of 11 any contract or other 4,ocurne%l;t with n.,spect to which 12 Ibis ecrtific;ltc: or vurif'ir;,.tiosl of insui,Lwrc 11;;4;x' lu' is: Led :13 or n;ay per +.;utL, the in5rlra.ncc aficic?.id by tar - -, poiicic::> iii di schbej rLL'.,'RAs suhl^Ct to all, the t ^_.% 7175, C ::C11.iSU; nS wid K �DAQiTI.OnS d %,S4L�G�es, „ubn7arine Engineering Associates Mr. Hugh Coffin City Attorney's Office City of Newport Beach 3300 Newport Blvd, Newport Beach, Ca. 92663 504 31st Street, Newport Beach, California 9.2653 (714J b73 -5577 March 31, 1978 Re'. Insurance and Bonding Requirements on Public Works Contracts Dear Mr. Coffin: I appreciate you taking time to meet with me yesterday, and I feel strongly that the city's interests, as well as mine, will be well served by what was discussed. I am enclosing copies of the insurance requirements for the City of Huntington Beach, City of Los Angeles Dept, of water and Power, and a marked copy of the City of Newport Beach's certificate. To summ- arize, Newport's "certificate” is really not a certificate but a policy endorsement. Item 1. The coverage amounts might be excessive, especially for a small contractor. It has taken me up to six months to get my limits raised or a special endorsement issued for a particular client: The underwriters view is "if they need that much coverage, there is some hidden exposure." On the other hand, the large contractor can in some ways dictate to his underwriter. Item 2. The title of the paper is "Certificate" butyouu =ask, for a . non - cancellation "endorsement." This is normally not.a problem,' but the underwriter wants it on his form. Item 3. This is another "endorsement" and again, the.underwriter wants it on his own form. Item 4. This is normally included without problem. Item 5. Many classifications of work already have X C U deleted; 'Who decides "where applicable ?" For example, piledriving and timber wharf construction is a C U classification, but there is 6a exposure when working over water. k ti ' wa- Y Grncral Enymeering Contractors(tirense Ne. l `i19N 5 / Underw. l er and Marine COnstruction7/nsPec CioiiJ Surv2YdP:<<tOR Item 6. policy. Frequently automobile liability is covered in a separate You do not have room on the form to show this. To my knowledge, marine insurance is never covered on a Comprehen- sive General Liability Policy. This is written in a P &I or Pro- tection and Indemnity Policy and also covers Jones' Act Liability which is a sort of Worker's Compensation for seamen. Aviation in- surance is something I know nothing about, but, t is normally ex- cluded on a Comprehensive General Liability.�'""Ir' }could see a Court saying that a policy covered an aircraft accident if, for example, the "Certificate" was signed without modifications and a contractor borrowed an airplane to chase after some needed parts for a job. The "deepest pocket" doctrine would prevail. General Comments:. There is no provision for layers of insurance (umbrella or excess limits). There is no provision for more than one agent or more than one insurance company to provide the total package you need, A format similar to that used by the City of Los Angeles Dept, of Water and Power would be much easier to work with. 1 believe that in many cases, the agent signs your certificate, although he has no authority to. His errors and omissions policy would have to pick up liability in this case. In addition to our discussion on the Certificate of Insurance, I feel areas of concern are the Jones' Act and L &H if the contract scope requires this coverage. An example is the electrical repairs which will soon be done on the Newport Pier. As the L &H Act is now being' interpreted, I believe it is required. Howovsr, I do not think you uill find an electrical contractor who has the coverage. This is on area where your offices could help to clear up an expensive and dif- . . ficult situation. Coverage should be required on any contract where watercraft are used such as dredging and dock work from floating rigs etc. The city's bonding company requirements eliminate a very large portion of the available bond market. To my knowledge the City of Newport' } Beach is the only city with this requirement. These requirements eliminate almost all of the Small Business Administration guoranteed surety bonds. A better system would be to require that the bonding company be on what I think is called the "Treasury List" or at..., least acceptable to the Federal Government on construction contracts. Bonding is a continual problem for a small business and it is•,getting i worse. I have a not worth of about 5200,OQO and a good sixteen-year, track record. Without S.B.A. guarantee; I cannot got a bond for even a $2,000 job. The city will have a real problem, both moral and legal when a minority contractor cannot come up with the bonds or insurance '. as they are presently required. r v Another item which I feel will be coming up is the trend of archi- terts and engineers to contractually limit their liability to !350,000 or 5% of total bid price, whichever is greater, for design errors or omissions. Design Professional Insurance Company is sponsoring this concept. It strikes me as immoral, but worse, many municipalities are passing the responsibility on to the contractor. The contractor often is not aware, and probably is not covered by insurance. Again I could see the city paying on a claim by the "deepest pocket" doctrine. A last item of concern to me is the city not requiri:ng a Certificate of insurance for L &H coverage prior to issuing a building permit on 'Over navigable water "construction or repair on such as a pier, dock, or marine railway. Although the problem in marin County applied to tho State Act Worker's Compensation, I can see the city getting pulled into this situation with the "deepest pockets." I am on the Associated General Contractors Insurance and Bonds committee and have a fairly current knowledge of the construction industry's problems with these subjects. I would serve the city in any capacity to help eliminate some of this needless burden, to lower bid prices, and to better protect the city. Please call me if I can be of any assistance. Sincerely, 4 J December 11, 1978 CITY COUNCIL AGENDA ITEM NO. H -2(d) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: CRIBWALL CONSTRUCTION VIA LIDO AT THE LIDO ISLE BRIDGE (C -2000) RECOMMENDATION: Adopt a resolution awarding Contract No. 2000 to Modern Alloys Incorporated for $48,337.50 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: This project will provide for the construction of a reinforced concrete cribwall on the northerly roadway embankment of Via Lido at the Lido Isle Bridge (see attached sketch). Five bids were received and opened in the office of the City Clerk at 2:00 P.M. on November 30, 1978. Bidder Amount 1. Modern Alloys Inc., Stanton 2. Rockport Construction Co., Santa Ana 3. ECCO Contractors, Inc., Santa Ana 4. E. A. Reed Co., Irvine 5. Submarine Engineering Associates, Newport Beach $48,337.50 $72,278.00 $73,760.00 $79,380.00 No Bid The low bid is 1.3% less than the engineer's estimate of $49,000. Funds are available for the work in the current budget (Account No. 02- 3397 -150). Submarine Engineering Associates submitted a non -bid protesting the City's requirements for insurance and bonding on Public Works contracts. A letter from Submarine Engineering explaining their position addressed to Council is being separately presented under correspondence. The plans and specifications were prepared by Williamson and Schmid; Consulting Civil Engineers. The estimated date of completion is March 11, 1979. Benj min B. Nolan Public Works Director SB:jd Att. i i , lyewPORT ,BAY Y/4.0155 22/x- S.o' � i I V1,4 L IDO rX010,4L CROSS SECT /ON CVNC�PETE 0915 M41-L NOT M SWAGE j • I CO'N09 BALL\ YJ�0-0' =200 CITY OF NEWPORT BEACH DRAWN S. B. DATE /- PUBLIC WORKS DEPARTMENT APPROVED C -2000 PUBLIC WORKS DIRECTOR C.? /BWWL CO/+K9TRUCT /ON R.E. NO.. l�i� L /jJO of /`ice Lido B1-1cdgP DRAWING ND. EXH /B /T ;Q " Glie V(✓ 0 RESOLUTION NO. "/ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MODERN ALLOYS INCORPORATED IN CONNECTION WITH THE CRIBWALL CONSTRUCTION - VIA LIDO AT THE LIDO ISLE BRIDGE, CONTRACT NO. 2000 /'� '2 '�e_ WHEREAS, pursuant to the notice inviting bids for work in connection with the cribwall construction - Via Lido at the Lido Isle Bridge, in accordance with the plans and specifi- cations heretofore adopted, bids were received on the 30th day of November, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible.bidder therefor is MODERN ALLOYS INCORPORATED, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MODERN ALLOYS INCORPO- RATED in the amount of $48,337.50, in connection with the crib - wall construction - Via Lido at Lido Isle Bridge, be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of December , 1978. Mayor ATTEST: City Clerk DDO /kb 12/4/78 THE NEWPORT ENSIGN PROOF OF PUBLICATION (2013.5 C.C.P.) STATE OF CALIFORNIA, SS. 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. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circulation, printed and pub- lished weekly in the city of Newport Beach, County of Or- ange, and which newspaper has been adjudged a news- paper of general circulation by the Superior Court of the County of Orange, 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 en- tire issue of said newspaper and not in any supplement thereof on the following dates to-wit: November 16 , 19 ?8 `= ' I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this 16 day of N 0 V 19 78 Signature ✓lT� This _.. dee is for the County Clerk's Filing Stamp Proof of Publication of PUBLIC N Hi7 c . .•..'.•NOTIC SFAL ®H C . : G C 1hre of the CE IGTi�ES;. � '"• ea It Hel e� if dt one City i; New'.: m0 on the tb' day o 'at which lithe ineY w. read, forperfomiing w OR BWALL CON9rA[ AT THE LIDt] {! •- CRNTRACT ' pr.pp.ei lorin e3taobe enie icidi.heA Wc.mde: Depertauaiii::M 1 the pxoparssto ii the. btdde fo q+^•.'dco. e v to rourd p }lie Bra. for amognt , percent of % the 'the Utta'e{{ the 'S : .11 on EALgp BhT 'f th the alrtadei'ol the' in9 The n cdtlti9ct'dotoo mpleted,i,:xe cmed, them all r.reStel. 131 .. A. Propoael. BF De.il . vrwfan d and as I flxad to Win. In at lease 10 Jluru,hust be I i returned .'. on �n of Subcom D. Noncoli.. be affixed with of the permits bidder. Forcor. es of ,the tort aodSubee. nL in; accepted from a c`ov i!' ' tim nat,baewSR,�ad ac, ItR prqvial'bux:af Chdpim'4�' ( thB, Bu`a+n '.and Prates ;•' T¢a <odggUm:'ahpB eiaux bar'aud plaaailication in " 1 pinrle.ebd < 1 a t ;dpcu • dir79 • gmne ana, Tay I<,l1 „[Bp Wprim, Do-; :ilq '.:Hall, ",:'t+ewport "i3ebnh, t o <qxt 1 1 enabd rcdn ' bque'rted That tba yPans ' THE NEWPOK ENSIGN witbio 2 ' },l u th bd opeq q? I . City bee; dcptgd If... aaurd' S Wcmb l4btic w eeeeeeeee d.. (1976 ¢u.). W d by the Southern Calilorrue cha ea§ bribe 2721 E. Coast Hwy., Corona del Mar, California 92625. the icocuil rt< e;ro s, C.nt, lion mid the cl gbwe be otuirre Auto. vied Anmericn. CoPieS•'maY by obteihed lroni ftcc ' . Building New. ini:; HDS6'Ov AV n., PROOF OF PUBLICATION:. 034, . e70.81..'.° °� ° °` "' 90034'121'• The CdY free adopted Standard Special Pnuei.ione and Standvd-D, aw•. inga. C.P. of the.e.. a.ailable nt the Public Wore Depertment at a curt of $S _ . I Per se. A standard "Certificate of hearance for Contract Wank" to. has been adopted by the City at Newport Beach. This form.is the only certificate of ins. ance cceplable to the City. The Sucses ful law bidder will be returned to complete this form upon award of the contract (A sampletorm iu atturl ed for For any rar,mad bonds, the company ieeutng bid bonds, labor and material bonds and faithful Performance bonde most be an insurance company or suety, company, licensed by thegtate of, CaMrma. The companies must also haw a ourount general policy holder's ratio, of A or better; and a financial category, of at least a Class X as per the .I latest edition of Beet Key Rating Guide (horoty.-Gabilty). In accordance with the provisions of Article 2, Chapter 1, Par: 7 of the Cal - Borrda labor Code (Section 1770 at a sort.), the Dvector of Ivduarial Relations has ascertained the ,mural prevailing I rate of Per diem wages in the locality in which the.wark is to be Performed fm each craft, classification, or type of wor'®an or mechanic needed to , secute the onbact. A copy of said 'determination is available to the bill® of the City Clerk. All parties to the contract shelf be governed by off provisions of the California labor Code relating to We, railing wage on. (Sections 1770 -1781 inclusive). The contractor shall be res possible for compliance with Section 1777.54 the California Labor Code for all appreatiombb, occupations. The conbactor shall pat a copy of the prevailing wage rates at the job site. Copies may be obtained at the Public Works Department, The City reserves the right to reject any or 41 bids and to worse any lot. - ably in such bids. I' Publbh: November 16. 1978 in The Newport Ensign. NEB92 e- TO: CITY COUNCIL FROM: Public Works Department L] November 13, 1978 CITY COUNCIL AGENDA ITEM NO. H -10(b) SUBJECT Cft- tBWALL.LONSTR 6N VIA LIDO AT THE LIB ISLE`BRIDGE (C- 200 '. RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:00 P.M. on Thursday, November 30, 1978. DISCUSSION: This project will provide for the construction of a reinforced concrete cribwall on the northerly roadway embankment of Via Lido at the Lido Isle Bridge .(see attached sketch). The wall will replace deter- iorated wooden retaining walls installed as a temporary measure several years ago. A permit for the work from the Coastal Commission and clearance . from the Water Quality Control Board have been obtained. The plans and specifications were prepared by Williamson and Schmid, Consulting Civil Engineers. The estimated date of completion is March 11, 1979. The engineer's estimate is $49,000. Funds are available in the current year's budget under Account No. 02- 3397 -150. Benjamin B. Nolan Public Works Director SB:jd Att. /✓Ewpow r BAY 0 YA P /ES 19, rJ TO 7-YP/C41— CoPOSS SECTION CONC.PETE' 0,91& 41—j- NOT 7th SC541-E J �y�"00 - • '• r \l�LF •, cov p�r,� LOCAT /ON A14P SCALE: 7e00 CITY OF NEWPORT BEACH DRAWN_S. B. DATE PUBLIC WORKS DEPARTMENT APPROVED C —G°000 PUBLIC WORKS DIRECTOR CR /BGYWZL C01V9TRLACT /ON R.E. N0. !/iJ L 16eo .af ti,`e //do Is /e Bridqe DRAWING NO- EXH /B/ % ' ,4 Marsh 26, 1979 Hecate Alloys. 2nc. $1172 Western Aveaue Stanton. CA 90M Subj act 3 /eeesy t The Aetna Casualty as Surety Company hoods No. t 33 83 O l62L . . ftojeat t Cribvall Coestv"tien at Vie Lido - Lido Isla lridi4 Contract. NO. 2000 The City 0oanail on March 12 accepted the work of wbJect Project and authorised the City Clark to file ;a Nation, of CoWlatiea and to release the bonds 33 da" after Notice of Completion boa bean.filed. Notice of Completion was filed with the Orange County Recorder on Mash 16. 1979 in Sock 13071. Page 1497. 1•leass notify your surety company that bonds any be release& 35 ;days after recording date. x a E RECORDING REQUESTED BY AND MAIL TO City Hall 3300 Newport Blvd. Newport_ Beach, CA. 111-5119103 EXEMPT C9 92660 NOTICE OF COMPLETION PUBLIC WORKS 41 a� 13071 rc 1497 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAP 16 1979 LEE A. BRANCH, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WII..L PLEASE TAKE NOTICE that on March 11, 1979 the Public Works project consisting of Cribwa 1 Construction at via T idn -r idn on which Modern Alloys, Inc_ was the contractor, and The Aetna Casualty and Surety Co_T.Dany was the surety, was completed. VERIFICATION I, the undersigned, say: CITY OF NEWPORT J]� B1E EACH Public 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 Mnrrh 1'I_ 19979 at Newport Beach, California. Public 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 accepted the above described work as completed and ordered t at a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 13, 1979 at Newport Beaph, California. City Clerk 9 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Lee A. Branch County Recorder P. 0. Box 236 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Cribwall Construction at Via Lido -Lido Isle Bridge Contract No. 2000 on which Mndern A1104ts_InP was the Contractor and The Aetna C'acnal tT and 4nrah= roMlyAythe surety. Please record and return to us. Very trul yours, D�Geor e 9 City Clerk City of Newport Beach Encl. • RT BEACH TO: Public Works DeAffiWent, FROM: City Clerk- SUBJECT: Contract No. 2000' Project Cribwall Construction at aft Lido -Lido Isle Bridge Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Modern Alloys, Inc, Address:. 11172-Western Avenue Stanton CA 90680 Amount: $ 48,337.50 Effective Date: February 5, 1979 Resolution No. 9481 Att. cc: Finance Department City Ilall 3300 Nei+•jiort Boulevard, Newport.Be'ach, California 92663 . LICENSE NO. 192968 December 26, 1978 SUBJECT: Certification for Contract #2000 Reinforced Concrete Crib Wall Modern Alloys' Job No. 794 I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workers' Compensation or to under- take self- insurance before commencing any of the work. Signed this 26th day of December , 1978 MODERN ALLOYS, INC. Contractor by:. (2 C i� \t AZ-Z. Cason C. Grey, President AN EQUAL OPPORTUNITY EMPLOYER NAME AND ADDRESS OF AGENCY COMPANIES AFFORDING COVERAGES - - - -- Trastco; Inc. — 2273 Highland Drive LETTER "' 'Salt IIOme Insurance Company Lake City, Utah 84106 - - - - - -- - -- nvpAN1' 3 Travelers Insurance Company NAME AND ADDRESS OF INSURED COMrlPA N'/ 146dern Alloys, Inc. ne Mission Insurance Company 11172 Western Avenue COMr ANY � Stanton, California 90680 R -- -- COMPANY TIER E This iSto certify that policies of insurance iisted below have been issued to the:'nsured named above and ere in force at this time. in ThouSari�s7�0 :j_ Limiti Of Liability COMPANY LETTER TYPE OF INSURANCE POI ICY POI.i: :'!JUMPER Ex F:•rp ZION i1 ATf �, T— 46C'TE:iATl ' - - - - -- GENERAL LIABILITY RooavlNJUlrr a 500, E500 A .' ®COMPREHENSIVE FORM GA 970 37 53 11/19/73 i ,. ©PREMISES- -0PERAiIONS I .tom P:?01 >TRTY DAMAGE S 250, i5250, . EXHAZAIRODN AND :0:.1 APSE 2/l/79 n� lX� UNDERGROUND HAZARD .+,., D [.� PRODUCTS /COMPLETED `JL+ OPERATIONS HAZARD TND- 164T969 -6 -79 2/l/79 I BODILY INJURY AND CONTRACTUAL INSURANCE t0 PROPEk TYDAMAGF E 4 BROAD FORM PROPERTY COMBINED DAMAGE ill /19/79 INDEPENDENT PERSONAL INJURY I PERSONAL INJURY S AUTOMOBILE LIABILfrY B0011 ti R.JURv X500, A GA 970 37 53 11/19/78 EEA•;HP RSONI .' COMPREHENSIVE FORM to SODILYINJURY I S 500 (E ACT, A';CIDENT) OWNED I 2/1/79 PPOPFRrY PAMAGi: .� B HIRE 1, TND- 164T969 -6 -79 2/1/779 to _ BO 1 DILYINJURI' ANL —1O NON-0WNED 11/19/79 PROPERTY DAMAGE $ EXCESS LIABILITY C ® UMBRELLA FORM ❑ OTHER THAN UNIDRELLA FORM WORKERS' COMPENSATIC and 'B EMPLOYERS' LIABILITY M846077 TDSI,UB- 121T714 -44 11/19/79 7/1/79 JOWLY INJURY AND PROPERTY DAMAGE �' 5,000 $5,0001 COMBINED STATUTORY 5 250, 1p -. The City of Newport Beach, its officers and- employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the Issuing com- pany will 89&j0tVJ@ mail gG days written notice E.o the below named certificate holder,,lk*k kk1, �3@Skf�R�ftSf',� 'aE9E'�6�#�35�lf'f��Ii�Fi9Yx NAME AND ADDRESS OF CERTIFICATE HOl DER City of Newport Beach, California City Hall 3300 W. Newport Blvd. .Newport Beachr California Y IAC(RQ_25. JUL. 111 77) ._ DATE 77, v 11•:(y., ;GAP IM P i CITY Or NEWPORT BEACA CERTIFICATE OF "INSURP.NCE rOR CONTRACT WORK CONTRACT.NO, C -2000 This is to certirl that the ,Company.named below has i 7 a >ssued to the-t7ame.d Insure (I .'.:.he c.ol:icy of comprehensive lia"-111 t,- + surance,ldentified ..herein, her Pl.natteY reit'Yr Pd ,,O "�1s1_i C }.tl .. p and endorsed .,a4(1'Pol'1cy as fo]le_'wn to assare '',Named Insured with the i.nruril,ice Tf'qu.lrement_. oi. th(' Contrast executed by the Nau;cd Insured anu �:Iie C.i.ty of Newport Bea -r, (hereinatter, "Ci.ty "?. l The i.orni:.irwtl single l'.inii t: for Comprehensive i,iahi i itv injury or death, or frop,_^rty "dan'laye) 4,: not less '.'Lan $500,000 each'.oeeurrence,,$500,`00 acrgreg<t'ca protective .ind contractual., $1,000,0(10 arlgrectat: I?rodt',cL, Plei t.her tire Fc..L ?., n rr tn:= L:nd:JraY ;mc ra s ?zal l I)e c, nceiled Or materially change(t ,tnt sh it irt,; C. c_t', lays _,t tar y recei t b City of written ni)t co .,' such cance t 1 _a tin • -n r! by registered mail , adx're :se.c! as follows: City of Newport heart: t c/o City Clerk, '3300 Nowpoi-t. 'Boulevard, Newport ;!,:ach, Cal1`.orni c: : 92663. 3.* The City Of Newror.t Ae::ch, tts utf.irers and employees are hereby declared to be i.nsu]"id-_ in thco police described .insofar as they may he ilaiCl l.ia.;le Eor ir:jirrica,, death or damage to prop) -rty arising -Jut of Of in c'Cniiertion w].th the contract_' executed by the I,arned insureci and the i'it_•r.. It. .is ,i.:i her ' .,agreed that this pulit7y ,hall. bc- pr'iaiary and non- contri1,ut:in�q with 0,4-.Any otheI' insurance available to thy= C.tty of. Newpoi L Beach, and includes a sever.ability of inL -rust clause. r - 4. Conti -ac tual 17 abJ. 1. ]. 1. ;� i.O VetagE: dpr?i. 1. :a.bl.i, tC. Ct7e contract referred to above, inclu(linq tha obligatior', to defcn,] ,City is included. 5. Exclusions rel.atin(-t to property d:,niage arising:out of explosion, collapse; or underground damage (coimnonly i'ef�_rred <' to as "xcu" hazards) are deleted, where, applicable. 6. The Policy provides cov ra,e for, out Js not Ji;r.ited to;.Owned, Hon--Owned anu I31rc -:�i .tutc•t: ;�h11F; r >roduc� Iluutl Completed Operations: Premi:.:es- Ope:aticnc ;; :'cintractors Prot�'ctive Liability; Marine or Aviati,,n (when applicaP,le); and Pr,;perty Damage. [t -This .Endorsement is effective 1 78 wh.;:n signed - by an y, 'Authorized Representative Oftlome In LUTAnc e- CU „__T_r,,tv1e- r^s_..Ins.ur.ar,e and Mission Insurance Co. Tai ic; l.,suranc ! comp ,n; t i and when issued to City shall tje vi iL:i ?rid fC ?i'm j : rL Of L :C! 1, . ': `..- .,- ' GA 970 37 53 No. TND= 164T2q,fi- .Z2i,tsuring M846077 TK, amed expiring 11/19/79 (GA 970 37 53 terminates 2/1/79) NAME OF A GENT OP :-POK1 R ;i_rust �t l n ADDRESS.- ;AGEPI C /'BFQKr R_2273 Ilig'hiand. Drive Salt Lake •Ci I; 1, nt ,h 84106 1 r ' ✓W- AA -. ..- - - - - -- -- -.._ -- ,yy ,r Ai rE 1: 1_csent,;t rve rIMPORTANT: This is the only evidence Of insurance accept.-bie to ” -the City. -'.The person executing this i'ettitic.at :: is _auti tc is '= make'.certain that he has authority to ^xc>cut.e tY,]s Ceri_i F On behalf of the Insurance Company , Y, � x Y >,. - it ., .. +..: 1' C CITY OF NEWPORT BEACH MEMORANDUM: From TO............ Ste ve .. Buckman ..._ ..................... _...................., 1�....... Subject: Contract With Modern Alloys, Inc. for Reinforced Concrete Crib Wall Northerly Side of Via Lido at Westerly Approach to Lido Isle Bridge I have reviewed the contract documents submitted pursuant to the letter dated December 29, 1978. We have been advised that the City is not named an additional insured under the existing policies, but that such endorsement will be prepared and forwarded to us. Until the City is named an additional insured, we should not authorize the contractor to proceed on the work. When the Certificate is recieved, however, we will be ready to go with performance. Should you have any questions on the foregoing, please don't hesitate to contact me. HRC /ja RepvW"W0 ROPY not oecaw,y 0 N1-p TO City of Npt. Beach FROM MODERN ALLOYS, INC. City Hall: 3300 W. Newport Blvd. 11172 Western Avenue Newport Beach, CA Stanton, California 90680 Phone p14) 8936551 ., Project Manager SUBJECT Reinforced Concrete Crib Wall - Contract` #2000 Date 12/ 27 �8 MESSAGE In accordance with your letter of December .l2, enclosed are tour executed coples.ot tne contract. insurance certification is being forwarded di rec y to you by our.insurance agent. Thank you for your assistance. y�uiL:ere>,y , REPLY"` _ Barbara "E..Bennett BB S. RE44 D C t" CITY of e r . CAUf. °' p �SiTn e Date 04- E458'g. SEND PARTS 7 AND 3 WITH CA I LL BE RETURNED WITH REPLY F 2273 Highland Drive Salt Lake City, Utah 84106 (801) 486 -3444 December 29, 1978 Steve Buckman, Jr. City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California Re: Modern Alloys, Inc. Policy # GA 9703753 Dear Mr. Buckman: Rc. l \ PUBLIC W JAN -11979 K� CITY OF 2 NEWPORT BEACIj, +y; CALIF. 92663 t Modern Alloys has asked us to file a certificate of insurance on a form submitted to them by the City of Newport Beach. Modern Alloys, Inc. has insurance policies in force which comply in all respects with your requirements, except for the fact that Newport Beach is not named as an additional insured. We have asked the insurance company to prepare such an endorsement and it will be forwarded to you to complete your file. There is one practical problem in completing the certificate according to your instructions. The specified limits of liability are not contained in a single policy, but are provided in part by an umbrella policy written excess over lower limits in an underlying policy. We would like to show the appropriate limits in the underlying policy in order to avoid any possibility of misrepresenting those limits. Would you accept a standard certificate of insurance to which your certificate could be attached? A copy of the suggested certificate is attached for your review. Very tr /lyy yours, Leo H. Barlow Vice President LHB /cd Enclosure cc: Modern Alloys, Inc. Your trust and confidence are our most valuable asset. " r _� i NAME AND ADDRESS OF AGENCY 'lraot0o, rues, 3273 Highland 991vis Salt i sko City* Utah 114106 modern Alloys* zoo. 11172 rrestera am=* Stanton, califelnsia "Sao COMPANIES AFFORDING COVERAGES COMPANY A now T_aaN_r q,�aloo LETTER „ �.NIIY i✓4iv{/. WIiY�YJ COMPANY LETTER B COMPANY ■ _ LETTER V COMPANY D LETTER COMPANY r LETTER L Travelers Invarance ' 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. .ULKRIPIIVN OF OPERATIONS /LOCATIONS/VEHICLE9r� city at ---- ! , ;u O=sl� am �jMl� am bo3'aby dealared to be additielasal iasotsds� is the policy described[ ial�ffar as they way be bold liable for iajmries, Beath or dams" to property arising out ,or in connection with contrac=t execated by the aimed insured and the city, Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will email -34- days written notice to the below named certificate holder, NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach, California City Hall 3300 !t. Newport Blvd. Newport aaaah, California L_ 1ACORD 2$ (Ed. 1J,,W ... _. DATE Limits of Liability in Thousan 5 ) COMPANY LETTER TYPEOFINSURANCE POLICY NUMBER POLICY EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ SOOT s Soot [iCOMPREHENSIVE FORM p 25at 25a, PREMISES - OPERATIONS PROPERTY DAMAGE s $ A EXPLOSION AND COLLAPSE w C A 970 37 S3 U/19/79 HAZARD UNDERGROUND HAZARD // PRODUCTS /COMPLETED K•, OPERATIONS HAZARD BODILY INJURY AND CONTRACTUAL INSURANCE ^ ^`-' / PROPERTY DAMAGE $ $ BROAD FORM PROPERTY / �N COMBINED DAMAGE Y INDEPENDENT CONTRACTORS vK/1U PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BODILY INJURY $5(100 (EACH PERSON) ©� HI'L 970 37 53 b /� 11/19/ 9 COMPREHENSIVE FORM BODILY INJURY $SooA (EACH ACCIDENT) OWNED PROPERTY DAMAGE $1.000 IQ L6 HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ® UMBRELLA FORM PROPERTY DAMAGE A $9 taint c $ 50000f C El OTHER THAN UMBRELLA tt c/� K946077 f' 11/j�J79 COMBINED FORM WORKERS' COMPENSATION STATUTORY $ and 10SK N- 121'714 -44 7/1/79 EMPLOYERS' LIABILITY $ 25a at (EACH ACCIDENT OTHER .ULKRIPIIVN OF OPERATIONS /LOCATIONS/VEHICLE9r� city at ---- ! , ;u O=sl� am �jMl� am bo3'aby dealared to be additielasal iasotsds� is the policy described[ ial�ffar as they way be bold liable for iajmries, Beath or dams" to property arising out ,or in connection with contrac=t execated by the aimed insured and the city, Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will email -34- days written notice to the below named certificate holder, NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Newport Beach, California City Hall 3300 !t. Newport Blvd. Newport aaaah, California L_ 1ACORD 2$ (Ed. 1J,,W ... _. DATE 0 CITY OF-NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO.0 -2000 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive iiabi.'_y insurance identified herein, hereinafter referred to as "Polio: ", and endorsed said Policy as follows to assure co:upl'_ance by the Named Insured with the insurance requirements of t',-.e Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,900 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not .limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 12Z29/78 when signed by an Authorized Representative of Home Insurance Co. & Mission_ Insurance Cc Name of Insurance Company) and when issued to City shall be valid and form part of Pol.--.- GA9703753 Home Insurance Cc No- MQ46077 Mission insuring nl ln,,La, Inc„_- __..___, -.__ -Madja Insurance Co. Namec Insured) expiring 11/19/79 NAME OF AGENT OR BROKER Leo II. Barlow ADDRESS - AGENT /BROKER 2273 ❑ighland Drive .q Ti Lake C v HI ah 841106____ sentative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company t .�- CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY CONTRACT NO. 2000 CONTRACT DOCUMENTS FOR REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE 1978 - 79 Approved by the City Council this 13th day of November , 1978. i' Doris George, Citr Clerk SUBMITTED BY: MODERN ALLOYS. Contractor IN 11172 Western Avenue Address Stanton. California 90680 C ty Zip P on $48,337.50 Total Bid Price 6 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS a Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2 :00 P.M. (as determined by telephone time signal) on the __30th day of __November , 1971, at which time they will be opened and read, for performing work as follows: CRIBWALL CONSTRUCTION VIA LIDO AT THE LIDO ISLE BRIDGE CONTRACT NO. 2000 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Seeccreetta_ry or Assistant Secretary are required and C_o_rporraattee Seal sha be of rxed to a�ments requ ring s gnatures. In the case of a ar>s tnershfip, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 0 Page la The City has adopted the Standard 5 ecifications for Public Works Construction (1916 Edition) as prepared y the outhern California Chapters of t e rican Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept - able.to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.). For any required bonds,.the company issuing bid bonds, labor and material bonds, . and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability)- In accordance with the provisions of Article 2, Chapter 1, . Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. 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 -1781 inclusive). The contractor shallbe responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 Page 2 All bids are to be computed on the' - basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected- extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 192968 Classification A,R.0 - -I2 . Accompanying this proposal is (Cash, Certified ec Cashier's Check or on in an amount not less than 10 percent of the total bid price. The undersigned.is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 893 -0551 MODERN ALLOYS, INC. Phone Nuiffier Bid er s Name (SEAL) November 29, 1978 S /Judson C. Grey, President Date KuRtVorized Signature Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Judson C. Grey, President Michael C. Bumgarner, Vice President Stewart I G. Richmond. Secretary/Treasurer � �i�+tr -�5:3 �aa- 9 4- "'�- ..lV...+I: A.S_a "�.' r� _ _ �n� �` `v d�.3 H.i �ah�.?s�••^�J i • 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None anticipated. 5. 6. 7. 8. 9. 10. 11. 12. MODERN ALLOYS 33 INC. Bi er s Name S /Judson C. Gre President ut on zecT signature Corporati on Type of Organization (Individual, Co- partnership or Corp.) 47, Stanton_ CA 90fi8 . �C 0 ress FOR &GINAL SEE CITY CLERK'S FILE Co Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, MODERN ALLOYS, INC. as Principal, and THE AETNA CASUALTY AND SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Total Amount 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 principal for the construction of REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE (C -2000) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th day of November 19 78 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact Lydia Rodriguez, Notary Public Commission expires Nov. 14, 1980 Y INC. Principa THE AETNA CASUALTY AND SURETY COMPANY Surety By /Robert J. Hanna Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 29th day of November 19 78 - My commission expires: December 5. 1981 MODERN ALLOYS, INC. 11172 Western Avenue Stanton, CA 90680 S /Judson C. Grey, President Notary Public FOR OGINAL SEE CITY CLERK'S FILE A Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. S /Judson C. Grey, President Signed 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. 1978 City of Los Angeles IkP Carson (213) 4R5 -5126 Room 353 City Hall Los Angeles CA 1978 Calif Dept, of Trancpnrtation 1120 N Street Sarramanto, CA 9SA14 lac Nnita (714) 383 -4561 S /Judson C. Grey, President Signed F LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That • �I�Er BOND NO. 33SBO43624 Premium: Included WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 11, 1978 has awarded to MODERN ALLOYS, INC. hereinafter designated as the "Principal ", a contract for REINFORCED CONCRETE CRIB WALL, NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE, CONTRACT N0. 2000 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 MODERN ALLOYS INC, as Principal, and THE AETNA CASUALTY AND SURETY COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty Four Thousand One Hundred Sixty Eight & 75/100 Dollars ($24,168.75 ), 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 4204 of the Government 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 e FA i' i 9 (Labor and Material Bond - Continued) 0 Page 9 this bond, as required by the Provisions of Section 4205 of the Government 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 21 day of December MODERN ALLOYS INC. (Seal)__ Name of Contractor Principal=s �. Audi "zed Signature and Title Authorized Signature and Title THE AETNA CAsuALTY AND SURETY cmpANY(Seal) Name of Surety 2404 Wilshire Blvd., Los Angeles, Ca. 90010 Address.of Surety cure ano brtie�or Autnorizea Agent __ • Granger, Jr., Attorney- in-Fact; • Box 887 Rosemead C'a. 91710-1 - - - - -- ;7_77 . I - 280 -5880 Telephone No. of Agent 0 0 1 a i State of California ss. County of Los Angeles ) :v060 Ra 1902; On December 21, 1978 before me, the undersigned, +i a Notary Public of said county and state, personally appeared C. J. Granger, Jr. known to me to be the Attorney -in -Fact of THE AETNA CASUALTY AND SURETY COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation cxecuted the same. N ARY PUU-00 Page 10 PERFORMANCE BOND BOND NO. 33 SB 043624 Premium: $580.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 11. 1978, has awarded to MODERN ALLOYS. INC. hereinafter designated as the "Principal ", a contract for REINFORCED CONCRETE CRIB WALL, NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 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, MODERN ALLOYS, INC. as Principal, and THE AETNA CASUALTY AND SURETY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Forty Eight Thousand Three Hundred Thirty Seven and 50 /100 Dollars ($48,337.50 ), 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 (Performance Bond - Continued) 0 Page 11 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. T IN WITNESS WHEREOF, this instrument has been duly executed by the-Pri�oci4l-:aed Surety above named, on the 21 day of December "', 19 7If MOD MN (Seal) Name of Contractor Principal) d,,4,,.2 � -00 ut ized Signature and Ti Authorized Signature and Title THE AETNA CASUALTY AND SURETY COMPANY (Seal) Name of Surety 2404 Wilshire Blvd., Los Angeles, Ca. 90010 Address of Surety Sign u e and Title f Authorized Agent. a C. J. ranger, Jr., Attorney -in -Fact Approved as t fo P ox 887 Rosemead Ca. 91770 4 — ddress of Agent r Cily'Attorn# 280 -5880 - - - -- Telephone No. of Agent i� 0 0 4 Ps F i State of California ) On December 21, 1978 before me, the undersigned, } ss. .a Notary Public of said county and state, personally appeared County of Loa Angeles ))) C. J. Granger, Jr. known to me to be the Attorney -in -Fact of THE AETNA CASUALTY AND SURETY COMPANY the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. I NODseRY PUBL I Y060 R4 (9/72) THE AETNA CASUAAND SURETY COMPANY IlaahaLL, Co .... SDdht OGIID I I!I ACA. ^il IA1 iV POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTOR NEYI S) -IN -FACT FNi Atl ON Hy 11g S1 PRf SF N 15 11141 111( 4FNA CASUAI FY ANO SURF IY COMPANY. a cwpw aim duty naynurei unilw the laws of the Armor ul Cameral ul .md h.rvmy tls rymcipw Heine in the City of Wr11wd, ,only of Hartford. State of Connecncet hair, made ocanho fed antl'exon W on aces by more Perm, make [onah ole and alMmtn C. J. Granger, Jr. or Robert J. Hanna — Rosemead, California of or true and lawful ARor1MYS +n -Face, with full power and aWhx,ty Hereby ttrnlenN or sgi, eeecule an. acltnowledge. at aoy place wubm the Unneb Slates, or If Lee following area be toted rn, wi the are, mere dergnaI eC . the fund.., no-enenflsf, by his sole sogndlu,e and AU, any and all bonds reco3nathaus . contract: of inden tilg Md PLRI wnbngs hortatory In the nature W a hIDd recugmxance, a earn b,lernal undatld4mq, and any and all crosents hvela o tMred and ro Ned THE kTNA CASUALTY AND SURETY COMPANY, tMreby, as fully and to the same extent as of the same were Rtned by the July aothoruN officers m THE kTNA CASUALTY AND SURETY COMPANY, and an the ens of said Attorneys- in4thi (yesiont to one amharty horn. g,va. are Mr rt,, tanned and coo fminm This appointment rs made under and by adourny of the follow,rp Standing Resolutions of said Umpeny which Resclutims are Wye ,n full tenor eM effect VOTE. That aeon of the IOIIOwinq officers. Chairman. Vice CMimon, Resident, Any E+ecotme Vice Possible, Any Senior Vice President Any Vice President, Any Assistant Vice President. Any Secretary. Any Assistant Secretary. may from time to time appoint Resident Vice Presidents. Pisani Assistant $ecoranes. Atl.rneysun - Far e. antl Ageels to t lot and on behalf of the Company antl may Bive any such .,,.,Iran sucn authw,ty as his certifrcare of aufnonfy may presume m sign win me Cornier, `z a and seal win the Company s seat bonds. recogronances, contracts of indemnify. and otter wrnings .bhgamry in me r ui of a bona t cogmeance. or cbnad,onal unomlai and any of sand moc n, or be Board of coaches may al any time remove any such app.mteo yet revile the power and aumuity gmen nom 'DIED Ih,l any h ond. rerntnuanc'e. Itionaet of Indemnity or true, eblgalay m the ..for. of is bond r c n,roo,nce, or 1,eml anal under i,',n] Stall be talod antl is d o, upon Ilse Company M. lab voted by the Chairman, the Vice Chairman. the President. an Executive dice President. a Senior Vine President a vice Intender an Assonant Vita PrendMl M by a Resident Vice Ptesiderni ounonm 1. the Photo, gesnnbed an In. Certificate of authority o1 NM Resident Vnce PreYdenl. and duty attested and sealed with the Company "s seal by a Secretary re Assistant Secretary or by a Resident Assistant Secretary. Pursuant to the power peslolo d on tee st,tofocate of remoro, .1 sucn Resident Assistant Secretary, or (bl duly eyeCuted funkier teal. If r.amnedi by one or more Attbneys. -Fall Put susel to ibe power prescnnad rn his or their certificate or certificates of authority. This Pone of Attorney and Clynbcale of AutMnty n signed and saalad by IapsimAa under and by ashbooly N but fbbroyog Stand,, Rasolulen voted by tM Board of Curt s of THE kTNA CASUALTY AND SURETY COMPANY winch Resolution Is nov, in foil lice and ella.:r VOTED That me s,y,.lura of each of the following o boas Ctairman. Vice Chairman, President, Any 6ecurve Vice President. Any Senior Vice President Any Vice Resident, Any Assistant Visa Rendent Any Secretary. Any Assistant Secretary, and " Real of the Company may he afbxed by facsimile to any power of alum., As to any Ca lboale relating Hereto slobber, ResWent Vwe Presidents, Resrbml Assainual Senetarea w Asttn,eysnn {act I. pwpc..1 of emcmorg and atlesnrng `.ands and undertakings and other wrobrgs Cblryysrey in 14 nature thereof. and any such power of attorney or cernhcale hearing such fa'. mite sipiattoe is facsimile sob shall he valid and DVW,rg Lyon the Company and any such power ad eaecm9d and cenhh tl by such facsimile signature and lac - smile seal stall the valid and Mndng upon the Company in IM future with respect to any bond or utmensk,ng to which it s attached IN WITNESS WHEREOF. THE ,ETNA CASUALTY AND SURETY COMPANY has caused this instrument to he steed by ,Is Secretary . and ns comorae -seal to be harem anwed thus 12th day of October to 78 THE T A CASUALTY AND SURET if ay. L P Y RY .. Store or Vincent A. Walsh, Secretary ss Hartford U,mmy of Hartford o. m, 12th day of October 19 78 . bemire me ,amwhY cam. VINCENT A. WAISH to o n , known , who uly . beon, by me d sv+ m. dm depose anand! rev roan he ,s Secretary on TYEk TNA CASUALTY AND SURETY COMPANY, for cerpa'aliw described in and wh,tln arachnid the above nnshoo em, than M tunes :hn soul of sand ro, potation, that tM seal alb.ed to the s&d msbunium is such cogwrate scan. and me, he eiiecuted not said insitamenb on [mall of the orm t by almroty n1 no: .fire. 'b core Ifre Surob ] Resolubryr5 lhpfeOl My ew Oi In 19 Nolary Faber, Mary J. ston UFTIFICATE I fib. oactfies-Soyed. Aaaistant Secretary of THE kTNA CASUALTY AND SURETY COMPANY. a stock corbor000n of he Stale o' Connecticut DO HEREBY CERTIFY In.' one la yorn, and anacned %war of Attorney and Certificate of Audromy min ire in let ini and tin nm tsen revoke-) and tramenmae, that IN Stand,, Resolutions of the Board of Derhou s. as it forth an rte Cald.,o a of Authority..,, rowryon fpoe Sigleo and Sealed at the Home �Ige of the CIX ilhoo, rn Hoe CtY .t Rarotwd, State of Cmeiii Cited this 21 dev o. December B Cy t ---- Assistant Secretary 1$,1922 01 IMI 12 n John H. Sheehy ew „Hp ,n tie:. 0 CONTRACT THIS AGREEMENT, made and entered into this, tk day 6 Page 12 of 19 % � , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and MODERN ALLOYS, INC. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to-do the work according to the terms.and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors; administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications,:are hereby incorporated in and made part of this Agreement. • i Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA ATTEST: City Clerk MODERN ALLOYS, TNC_ �° - - - -- Contractor - ��pp (SEAL) By (. . dson C. Grey Iragi dent Title By: Attluwz4afl Stewart G. Richmond SPCretar�+- TrPacnrer Title i • .� �a � .. �. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 TO CITY CONTRACT NO. 2000 i November 22, 1978 FOR REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE As an alternate to the Type "A" and Type "B" crib wall shown on the plans and described in the specifications, the Con- tractor may use "Concrib Retaining Wall" as manufactured by Associated Concrete Products, Inc. of Santa Ana, California, under license from Hilfiker Pipe Company of Eureka, Cali- fornia. The alternate shall consist of Type II and Type III (Option II) reinforced concrete crib wall. Type III (Option II) shall have a minimum of three courses of 8' long headers as the lower level. Closed face stretchers shall be used below approximate elevation 6.25. If the alternate "Concrib Retaining Wall" is to be used, the Contractor shall submit a detailed layout drawing to the City for review and approval prior to fabricating or casting any members. The two most important criteria for the layout to consider are: (1) depth of embedment at the bottom face of the wall, and (2) elevation of the top face of the wall so that the slope of the finished surface above and behind the crib wall is 3:1 or flatter. The unit price bid for reinforced concrete crib wall with 6' headers (Proposal Item No. 3) shall also be applicable to the 6' -6" long headers of Type II "Concrib Retaining Wall." Similarly, the unit price bid for reinforced concrete crib wall with 8' headers (Proposal Item No. 4) shall also be applicable to the 8' -0" long headers of Type III (Option II) "Concrib Retaining Wall." The bidder shall indicate receipt and acknowledgement of Addendum No. 1 by providing a signature and date in the space below. A signed and dated copy of Addendum No. 1 shall be included with the sealed bid. S /Judson C. Grey Signature of Bidder Steve Bucknam '^- Project Engineer 11 -29 -78 Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA :LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 PR 1 of 3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2000 in accordance with the Plans and Specifications, and will accept 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 Clearing and grubbing Sum @ Two Thousand No Per lump sum Dollars and Cents $ 2. 120 Remove and replace portion L.F. of existing fence @ Six No Per lineal foot Dollars and Cents $ 6.00 $ 2,000.00 $ 720.00 PR 2 of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 942 Reinforced concrete crib S.F. wall with 6' headers @ Thirty -five Dollars and Seventy -five Cents $ 35.75 $33,676.50 Per square foot 4. 204 Reinforced concrete crib S.F. wall with 8' headers @ Thirty -five Dollars and Seventy -five Cents $ 35.75 $ 7,293.00 Per square foot 5. Lump Install polystyrene joint Sum filler @ Two Hundred Dollars and No Cents $ 200.00 $ 200.00 Per lump sum 6. 238 Coarse gravel backfill in C.Y. crib wall "bins" @ Seventeen Dollars and Fifty Cents $ 17.50 $ 4,165.00 Per cubic yard 7. Lump Excavation protection Sum Two Hundred @ Eighty -three Dollars and No Cents $ 283.00 $ 283.00 Per lump sum • PR 3 of 3 TOTAL PRICE FOR ITEMS 1 THROUGH 7 WRITTEN IN WORDS AND FIGURES: _ Forty -eight Thousand Three Hundred Thirty -seven Dollars and Fifty _ Cents $ 48,337.50 November 29, 1978 MODERN ALLOYS, INC. Date (Bidder's Name) S /Judson C. re (Authorized Signature) CONTRACTOR'S LICENSE NO. 192968 CONTRACTOR'S ADDRESS 11172 Western Avenue, Stanton, CA 90680 TELEPHONE NO. (714) 893 -0551 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 INDEX TO SPECIAL PROVISIONS SECTION PAGE I SPECIFICATIONS AND DRAWINGS 1 II LOCATION AND SCOPE OF WORK 1 III TIME OF COMPLETION 2 IV PAYMENTS 2 V LIABILITY INSURANCE 2 VI SOILS REPORT 3 VII PERMITS AND LICENSES 3 A Permits Obtained by City 3 B Permits and Licenses to be Obtained 3 by Contractor VIII CONSTRUCTION STAKING 3 IX TRAFFIC CONTROL 3 X CONSTRUCTION WATER 4 XI PROTECTION OF EXISTING IMPROVEMENTS 4 XII PROPOSAL ITEMS 5 A Clearing and Grubbing 5 B Removal and Replacement of Existing 5 Fence C Reinforced Concrete Crib Wall 5 D Polystyrene Joint Filler 6 E Gravel Backfill for Crib Wall Bins 6 F Excavation Protection 7 Special Provisions Index - 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 SPECIAL PROVISIONS I. SPECIFICATIONS AND DRAWINGS The contract requires completion of all the work in accor- dance with the contract drawings, these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition, with 1977 Supplement. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone No. (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings are available and may be. purchased from the Public Works.Department. The contract drawings or plans consist of three sheets identified as City of Newport'Beach Drawing No. R- 5371 -5. II. LOCATION AND SCOPE OF WORK The project involves construction of a reinforced concrete crib will to support an existing roadway embankment which is eroding and sloughing. The crib wall is approximately 102 feet in length. It is to be constructed within existing public street right -of -way along the northerly side of Via Lido at the westerly approach to the Lido isle bridge. The work includes clearing and grubbing, structure excavation and backfill, fabricating and erecting precast reinforced. concrete units to form crib wall panels of varying heights, backfilling the crib wall with a coarse - graded, imported material, and other appurtenant work as necessary to complete the work as shown.on the contract plans and as described in these Special Provisions. -1- • . • III. TIME OF COMPLETION All work included in the. shall be completed within 90 consecutive calendar ea m the date the City awards the contract. The contractor shall submit a written schedule of work to the City prior to starting work. The schedule should provide for off -site casting of the reinforced concrete units. The actual on -site construction work shall be limited to a period of 30 consecutive calendar days within the overall 90 -day contract time of completion. The 30 -day on -site construction period should be established considering tidal fluctuations. Un- usually low water levels at low tide will facilitate the sub - grade preparation work as well as placement of the units forming the bottom of the crib wall. Furthermore, it is the intent of this section to require the on -site construction work to be performed as quickly as possible so that traffic along Via Lido is affected for a relatively brief period of time. IV. PAYMENT The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. V. LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: The word "Agency" where used in this section'shall include Williamson and Schmid as well as the City of Newport Beach. 2. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City (sample attached). This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. -2- 0 0 VI. SOILS REPORT A "Preliminary Soils Foundation Investigation" dated May 22, 1978, was prepared for the City of Newport Beach by Geo- Soils, Inc. The report is on file at the Public Works Department and is available for inspection by any interested bidder. The materials encountered by the Soil Engineer on the project site and utilized in the laboratory investigation and engineering analyses, are believed representative of the total area; however, soils vary in characteristics between borings. Since such investigation was based upon the site materials observed, selective laboratory testing and engineering analyses, the conclusions and recommendations contained in the report. are professional opinions. These opinions were derived in accordance with current standards of practice and no warranty by the Soil Engineer or the City of Newport Beach is expressed or implied. VII. PERMITS AND LICENSES A. Permits Obtained by City. The City has obtained approvals and permits from (1) California Regional Water Quality Control Board -Santa Ana Region, and (2) California Coastal Commission, South Coast Regional Commission. These documents are available for inspection at the Public Works Department. B. Permits and Licenses to be.Obtained by Contractor The contractor shall obtain and have in effect the following permits and licenses prior to commencing construction work on the project: 1. Permit to perform excavation or trench work issued by the Division of Industrial Safety, State of California. 2. Permit to dispose of waste material at any sanitary landfill managed by the County of Orange issued by the Public Works Department at no cost to the Contractor. 3. Valid. City of Newport Beach Business License. VIII. CONSTRUCTION STAKING All field staking for the control of construction shall be provided by the City at no cost to the contractor. The cost of any restaking required because of the contractor's failure to protect stakes and points of control shall be charged to the contractor. Forty- eight.(48) hours notice is required for survey service. -3- 0 IX.. TRAFFIC CONTROL X. 0 The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard S ecifications except as modified in this section, an with tse Stan ai s contained.in the Work Area Traffic Control Handbook (WATCH) also published by Build ni g News, Inc. A written traffic control plan shall be submitted to the Engineer for approval prior.to commencing work. During the hours of 9 a.m to 3 p.m., vehicular traffic along Via Lido may be restricted to a single, 11 7foot wide lane. Flagpersons shall be used to control and direct traffic during the time that traffic is restricted to one lane. Traffic shall be restored to the normal two -way pattern at the end of each working day. The contractor shall provide barricades and appropriate signing to restrict pedestrian access to the public beach area where the crib wall is being constructed. The beach area use restriction shall extend from the bridge abutment westerly to the existing bulkhead at the private marina. Unless otherwise specified, there will be no charge for the use of construction water taken from the City of Newport Beach water system. The contractor will be expected to observe normal water conservation practices in the use of City water. If the contractor fails to use reasonable conservation measures; the City will require a meter to be installed and the contractor will be charged for all water used at the standard City water rates. XI. PROTECTION OF EXISTING IMPROVEMENTS All underground utilities as shown on these plans are plotted . from existing records or general observation in the field and are shown only for the contractor's information. The contractor shall be responsible for verifying the horizontal and vertical positions of these utilities and shall protect the utilities during the course of construction. Special attention is directed to the existing underground telephone ducts located in the landscaped area along the northerly side of Via Lido. The contractor is advised to coordinate the exposure of'these facilities with the Pacific Telephone Company so that an exact location is determined. -4- 0 The contractor may ramp the existing curb and gutter and sidewalk to gain access to the work area. Any damage sustained to these improvements shall be repaired to the satisfaction of the Engineer at the contractor's expense. Existing trees and shrubs within the work area and for access to it will be removed by the City prior to the commencement ' of the contractor's operations. The contractor shall confine his work within the limits cleared and use care to avoid damaging the remaining adjacent landscaping improvements. At the conclusion of the contractor's work, the area shall be left clean and graded to the lines shown on the plans. The City will be responsible for restoring the landscaping improve- ments to the work area. XII. PROPOSAL ITEMS A. Clearing and Grubbing This item of work shall include the clearing and grubbing of all areas involved.in the construction of this project and shall be done in accordance with Section 300 -1 of the Standard Specifications. Removal of interfering portions of the existing wooden bulkheads shall be included in this bid item. The contractor shall be responsible for disposing., of the unuseable cleared material away from the job site in a manner and at a location acceptable to all cognizant agencies.. The lump sum price bid shall constitute full compensation for this item of work. B. Removal and Replacement of Existing Fence This item of work involves the removal and replacement.of a portion of the existing chain -link fence as necessary for access to the work area. Any new materials necessary to replace the fence after the work is completed shall be included in the unit price bid for this item of work. C. Reinforced Concrete Crib Wall The two bid items covering the construction of reinforced concrete crib wall are distinguished by the length of the headers. The item for six -foot long.headers is applicable to all Type "A" crib wall and the upper 9' -8" portion of Type "B" crib wall. The item for eight -foot long headers is applicable to the lower portion of Type "B" crib wall. The pay quantity for each bid item is based on the surface area of the "front face" of the crib wall corresponding to header length. The wall height used to compute surface area is along the face of the wall as shown in the Caltrans standard drawing. -5- DO E The unit.price bid for each item of crib wall construction shall include full compensation for the compaction of.the subgrade material,for structure excavation and backfill, and for the extra header units at the end "bin." Structure excavation and backfill associated with construction of the reinforced concrete crib wall shall be accomplished in accordance with Section 300 -3 of the Standard Specifica- tions. The work.contemplates (1) excavation of the existing roadway embankment materials as required to construct the crib wall structure, (2) stockpiling the excavated material and (3) backfilling the crib wall structure to the finished surface configuration shown on the plans. The City will provide a stockpile area for the excavated materials on the easterly side (Lido Isle end) of the Via Lido bridge within the Via Lido right of way. The contractor shall be responsible for cleaning the stockpile area at the completion of the work. The costs for excavating, stockpiling, and backfilling shall be included in the unit prices bid for reinforced concrete crib wall items and no additional compensation will be made therefor. Polystyrene Joint Filler Installation of the joint filler has at least two purposes: (1) it will provide a cushion between the new reinforced concrete crib wall units and the existing reinforced con- crete bridge abutment wingwall, and (2) it will seal the space between the two structures and prevent backfill material from sifting through the gap or opening. The exact dimensions (length, width, or thickness) may be adjusted as necessary to accomplish the intended purposes.. The lump sum bid shall be considered to include full compensation for this item of work. Gravel Backfill for Crib Wall Bins This item of work involves the placement of an imported coarse granular material to fill the inside of the rein forced concrete crib wall bins. The material used shall be of such character that it will not sift or flow through the openings between the wall units. The maximum size of any stone or rock shall be three inches. Gradation of the material shall be within the following limits: Sieve Size Percent Passing 3" 100 No. 4 35 -100 -6- l F. 0 • This specification is intended to be sufficiently flexible so that the backfill material used is relatively inexpensive and easily obtainable from the local aggregate material suppliers. The imported backfill inside the bins shall be placed concurrent with the backfill between the back of the crib wall and the face of the interim cut slope. The purpose of maintaining relatively uniform levels of the two backfill materials is to avoid great variations in loading pressures which might unfavorably affect the structural integrity of the crib wall. The unit price paid for this imported backfill material shall be considered as full compensation for the costs of the material, placement, and densification to a relative compaction of 90%. Excavation Protection Bid Item No. 7 is included in the proposal in compliance with Sections 6705 and 6707 of the California Labor Code. The lump sum price bid shall be considered to constitute full compensation for all costs associated with obtaining permits from the State of California Division of Industrial Safety and with providing materials and equipment for the protection of life or limb. -7- CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORE CONTRACT NO. This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, `City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt. by City of written notice of such cancellation of change by registered mail, addressed as follows; City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92667. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage, to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. 'Contractual liability coverage applicable to the Contract referred to above, including the obligation to defend City is included. S. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contrsctors Protective (.)ability; marine or Aviation (when applicable); and Property Damage. This Bndorsom effective Authorized Re sentative of and when ieauppC�i�ll when signed by an and form part of Policy expiring__ C/ Q NAME OF A o w R ADDRESS - AGE /1 -- A— ut ;orizo epreeent`at�ive. IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company i, i LICENSE NO. 192968 City of Newport Beach Public Works Department City Hall 3300 W. Newport Blvd. Newport Beach, CA 92663 • December 15, 1978 Attention: Mr. Steve Bucknam, Jr. Project Manager Gentlemen: Re: City Contract No. 2000 Modern Alloys' Job. #794 We are forwarding the enclosed, unaudited financial statements of Modern Alloys, Inc. as of November 5, 1978 in accordance with your request related to the subject contract. The enclosed financial statements provided and the information therein is intended for the sole use of the City of Newport Beach and may not be distributed to others without our express written permission. Please excuse our delay in responding to your request. Very truly yours, MODERN ALLOYS, INC. Edward F. Davis, Jr. Vice President - Finan /e EFD/bb Encls. RECEIVED PUBLIC WORKS r r '` i978 C; TY OF NEWPORT BEACH, /16 CALIF. AN EQUAL OPPORTUNITY EMPLOYER W n D1 F+ O N U ti O O C. 4J P, z � {%- W H b 0) u� H L" m u o g w c w W n D1 F+ O N U ti O O C. 4J b u o o ° ^row 0 H oo O r C4 N O N Q F+ F+ b .: N F+ P ++ O •H 'G H O •H O • • w +.. N O m �cw� ` °0000N� co a 8 g o o m oti H Z1 h h ml W 1 -1 ol�o I Al a y� GK x a W ° all a \ h h ca Wo 1�) lqz �4 4 - O d ca .a i w a>i m d a Fro+ > 03 (� to a o Fes. m D H .+ to •o •• e0 co m u a� � v0 w `� O z m •o w F. C m 4J m q • • > r"7 to to En O a m a 1.4 G w m4J ti O C ¢ N C W .a w aW .. m Z P. ♦+ •., a+ u CO V m .-, W F> O P. N w O M. y> a g P..••t O th . m ca •.t %n ty 0 O •� z x m N'S F W 0 to in to N P. O F F. 0 (n 9 -0 - %n H 04 r Ca .0 W •� •t7 W a u ♦+ a) u W a d •• f W C •14 2 z00t OCd 0c° OO>Q W En baCd> 0ce F+ i 0bo o U Xtn P m aF b a+ .0 ++ .••t u u E •.4' V C m m z i O m to X F ° ••i a > m F. m aJ u C W 0 q z •.i x t.7 a1 C P. r. ° t-+ O O to 6 F bmM �. 0 ~ H < zm� 0aF u. -+ 0 o41EN0o •t ucts ta O U N m -. to 6+ N E u P. � C m . 4 m• 4 cd F 7 a Z t•r N .-� Fy W F. N L+ W u F. u a N •N L O Y 4+ ++ Q F. F. 4J P O 4L C F. i a ++ 0 O 0 0 0 a) •.1 F. P l u m .n O z ++ O O •rt a) w O Z R++F F.0 F. O - C'n.000 "C4J 9470 to 6 a:+c0.0 .macU UO >Ui F1°" nVU a .4w CUz og 4=w u z.ats O z W z.�o z C U 0 Cal w O O �z+ II, jj 1 C2 4. -A 3--9 R+� Al Q .......... k-4 4 1 N N�'l Jkl en 3 q is Is go to I U ` 4 I! . � I � C1_�...� 8- -` =QY b�0�..�— •G�1�1.9'.� C� L1.A- Ci.�_U..— �I $- - -�STi �° �: I dl ~ A m i3 � I I 3 iut� I �_V -.a1: _ _.jJDi $- -. ' �_.v _Nij.X.:7 . ♦ any �.... Ink al p .a.N_ Win_ ..i+ .�C �► ro.�l�. h. n `\ .h � Q v zp Trla`.. _. .� tiwA 0,10TI .`i ... O.. O.. ri .. -3 -- i(1 .> �4� i .... O -_ .. .. ' 1I , hPO�n_b_:v o a h wH ....a._�.� ♦ -h__ 9 IFF- C•i P J L I R RES N Z 3 ll� 14 M-40- .... ..... . -1-:177.: ... * RJA 0 MY! IAN al 6 IS 5s do ---liar URR ez� Mill, tlA li- 11 4-11- t-U 4 a- VJVJ N , 4b.� 1 N3 14 In r1l — I N 4 Sl l Q ppa IP to Z q, T� 1% 00 S W4, do L M i • 1. . MODERN__ktLOYS, INC. PERIOD ENDED 1111 -as`78 r-,vorable Stanton San Ramon Total Torecast (Unfavorable; EQUIPMENT• Salaries $ Wages Mechanics 5�s10 Payroll burden r / 7 2977 10,906 Subtotal 6Tlg5 aq q :F789/ /0,3, /rato /5,709 Operating Expense - �--'sL Parts $ expense a�/<923 rrA. 36 X1.000 /a38 Equipment leases _ az Depreciation a3 93 / Subtotal / p�� �.90 9 6io 8 °0 8� , 89/ Total equipment cost 1100 Applied Under (over) applied FIELD SUPERVISON $ YARD Salaries $ Wages Meld supervision 26 it& 9Q,1.10 % y Warehouse &4_1_76 te, 6 a �/oa 1Q7; vest ( /sS. 00 ! JO Labor burden x8.353 666477 53 zoo --aw,Z3 Subtotal /s? 995 �2. �/90 e2.�r,,.�7 2-11 .? S Operating Expense Supplies and small tools 1!0 G7 12,887,& 7-3900 afv, 3 Expense warehouse / �o / �T Utilities TSO �07 7100 ( 4y0 %l Insurance - general . Property taxes z 10 Rent e �r S0` G � na / aaw ay Subtotal , 4= p93 �,qt� 3{�.a /7 Total Field Supervision and Warehouse GENERAL AND ADMINISTRATION Salaries and Wages �eneraz�ana administrative / /S 9/8/8 /X 99 Corporate allocation ds- 3s Z8 033 / S — a L 10 roo / w Payroll burden JLY-V,3� v , Subtotal Operating Expense ave3entertainment rag i/�G3 of Corporate allocation 713 385 /off Telex $ telephone 01 //S /{,680 a41,06 Depr. furniture $ fixtures 4699 937 .9700 Professional services 75 / o s4 ile" (allocated) r Posfage $ freight io, 91 x/00 ca b9 Bad debts (allocated) ,-1ZS66 /4/00 D Other tax and license ra >7 .2s /30� Office expense Subtotal q� G 41 �(Q Total General and Administrative �D 0/l 6/ 00 /75116 MODERN ALLOYS, INC. STATB04T OF FINANCIAL POSITION AS OF Mevz —, gez s, /9yB ASSETS CURRENT ASSETS: Cash............................ ............................... $4!5,25 0 Accounts receivable - trade ................ $1'6az,9 75 Less allowance for doubtful accounts..... /` 407 0 Accounts receivable - Net ............. ..................... 4586.395 Costs and estimated earnings in excess of billings on uncompleted contracts .. ............................... 800,300 Inventories ..................................................... 347,/59 Prepaid expenses and other ...... ............................... _31.e /'Y Total current assets ...... ............................... 2AjZ 4.?I PROPERTY AND EQUIPMENT Equipment and automobiles .................. 8A9,� Furniture and fixtures ..................... as; 8/D Leasehold improvements .................... .4A619' Total . ............................... ?/9.3 69 Less accumulated depreciation .............. SWO, // D Property and equipment - Net .. ............................... 10113 TOTAL ASSETS .............. ............................... 12aU,98o LIABILITIES .AND STOCKHOLDERS EQUITY .. CURRENT LIABILITIES: Accounts payable - trade ........ .....................0......... $ Note payable and equipment lease installments .................. 11/0,114/9 Billings in excess of costs and estimated earnings on uncompleted contracts ..... ............................... sz soo Accrued liabilities ............. ............................... Total current liabilities . ............................... Gas W6 LONG -TERM DEBT - Less Current Portion ............................. 7oT 45� STOCKHOLDERS EQUITY: Common stock, $1 par value - 75,000 shares authorized; 100 shares outstanding... $ /do r Additional aid - in capital ............... 0 Retaine Earnings ..................... •zso,,a /O Total stockholders equity .............. •..• ......... 91,9,6z9 r Y TOTAL LIABILITIES AND STOCKHOLDERS EQUITY ................ $3,203 APo 10 RESOLUTION NO. 46 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO MODERN ALLOYS INCORPORATED IN CONNECTION WITH THE CRIBWALL CONSTRUCTION - VIA LIDO AT THE LIDO ISLE BRIDGE, CONTRACT NO. 2000 WHEREAS, pursuant to the notice inviting bids for work in connection with the cribwall construction - Via Lido at the Lido Isle Bridge, in accordance with the plans and specifi- cations heretofore adopted, bids were received on the 30th day of November, 1978, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is MODERN ALLOYS INCORPORATED, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of MODERN ALLOYS INCORPO- RATED in the amount of $48,337.50, in connection with the crib - wall construction - Via Lido at Lido Isle Bridge, be accepted, and that the contract for the described work be awarded to said bidder; and BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid, and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of December Mayor ATTEST: City Clerk Mk" DDO /kb 12/4/78 r j F 7" CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY CONTRACT NO. 2000 CONTRACT DOCUMENTS 14i7 REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE 1978 - 79 Approved by the City Council this 13th day of November , 1978. Doris George, CityFClerk 1 SUBMITTED BY: dir es s Western Avenue Arc dr ' Stanton, California 9068¢ City Zip (714) 893 -0551 P one 7"° Total Bid Price ✓1 l • 0 PR 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 PROPOSAT. To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2000 in accordance with the Plans and Specifications, and will accept 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 Clearing and grubbing Sum @ was/ Dollars and o Cents Per lump sum 2. 120 Remove and replace portion L.F. of existing fence @ Dollars and %G Q ° a Cents $ $ Per lineal foot 0 0 PR 2 of 3 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 3., 942 Reinforced concrete crib S.F. wall with 6' headers @ �/kn/►��f�. c Dollars SU 3 7a __4hv --t an Cents $ .3 yr R $ 33, Per squ a foot 4. 204 Reinforced concrete crib S.F. wall with 8' headers @ Dollars IJr.Q++ti Per squa-re toot Cents S 3S ?S 7� q S / v / 5. Lump Install polystyrene joint Sum filler @ Dollars > —� and Cents $ ��d i $ 00 co Per lump sum 6. 238 Coarse gravel backfill in C.Y. crib wall "bins" @ Dollars cam: Cents $ 0J Per ub yard 7. Lump Excavation protectioonnpp /T Sum and ^— Cents 3 Per lump sum 5 i 0 PR 3 of 3 TOTAL PRICE FOR ITEMS 1 THROUGH 7 WRITTEN IN WORDS AND FIGU —R/ES: 4- d v November 29, 1978 Date and //�� o Cents $ `7 33 3` MODERN ALLOYS. INC. (Bidder's Name) XA)dthorized Signature) Judson C. Grey, President CONTRACTOR'S LICENSE NO. 192968 CONTRACTOR'S ADDRESS 11172 Western Avenue, Stanton_ CA 90680 TELEPHONE NO. C714) 89� -OSS1 • Page I CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:00 P.M. (as determined by telephone time signal) on the _30th _ day of _ November , 1978, at which time they will be opened and read, for performing work as follows: CRIBWALL CONSTRUCTION VIA LIDO AT THE LIDO ISLE BRIDGE CONTRACT NO. 2000 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t e C_o_rporate Seal sha 1 be of fixed to all documents requiring signatures. In the case of a ar)s tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) 0 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "Certificate of Insurance for Contract Work" form has been adopted by the City of Newport Beach. This form is the only certificate of insurance accept- able to the City. The successful low bidder will be required to complete this form upon award of the contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current general policy holder's rating of A or better; and a financial category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. 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 -1781 inclusive). The contractor shallbe responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -27 -77 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. Ig ?g6g Classification 9,A_C_ -j Accompanying this proposal is Bond ' (Cash, Certified Check, Cas ier s Check or Bon in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 893 -0551 P one u er November 29 1978 ae MODERN ALLOYS. INC. Bidder's Name (SEAL) A orized Signature udson C. Grey, President Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnp—.1hip) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Judson C. Grey, President Michael C. Bumaarner, Vice President Stewart G. Richmond Secretary /Treasurer 0 • Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address j 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. MODERN ALLOYS INC. Bi er s Name J Authorized Sty udson C. Grey, President Corporation Type of Organization (Individual, Co- partnership or Corp.) 11172 Western Avenue Stanton, CA 90680 ress t i•!UV 29 REC�d���" ^" THE /ETNA CASUALTY AND SURETY COMPANY Hartford, Connecticut 06115 "Me A. LIFE & CASUALTY PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS: That we, MODERN ALLOYS, INC. as Principal(s) (hereinafter called the Principal), and THE AETNA CASUALTY AND SURETY COMPANY, of Hartford, Connecticut, a corporation of the State of Connecticut, as Surety (here- inafter called the Surety), are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the penal sum of Ten Percent (10X) of total amount bid ($ )Dollars, for the payment of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. SEALED WITH OUR SEALS THIS 27 day of November 19 78 WHEREAS, Said Principal is submitting herewith a bid, or pro- posal for Reinforced Concrete Crib Wall NOW, THEREFORE, if the bid or proposal of said Principal shall be accepted, and the contract for such work be awarded to the Principal thereupon by the said Obligee, and said Principal shail enter into a contract and bond for the completion of said work as required by law, then this Obligation to be null and void,_ otherwise to be and remain in full force and effect. MODERN ALLOYS, INC, (SEAL) By: T AETpYA CASUALTY AND SURETY COMPANY CAT. I -1 450E IL- 247-DI 10 -66 PRINTED IN U.B.A. ��.. �7 �| r 0 \` e/ , )\/ ® §\gym, i cn -�u /\ ) {� § })\ e /Q 3) =2§ f 2�U0 ■G �( � \))\ \ \ \ \0 ±\ ] -a0 //! ! 3z :¥ LIZ •oa>%±§ ■`s:: :£ ! »nf °a: { � . � !2 \. \ . ;A �� » \ Q_ 2 � » �\ 3 � �� � � BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we and Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of llars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of 19 Corporate Seal (If Corporation) i (Attach acknowled ement of Attorney -in -Fact Fl Title ncipa ty Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment 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 agree- ment 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 contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me r this.2 %naday of r My commission expires: MODERN ALLOYS, INC. 11172 Western Avenue Stanton CA 90680 /I i� Judson CJudson C. Grey, President Notary Public • • 1 ---------------- low! 0 TATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. udson C. S�iney, Pret 0 0 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. 1978 City of Los Angeles Ike Carson (213)485-5126 --------TFo—om 353 City Hall Los Angeles. CA 1978 Calif. De t. of Trans ortation Street Sacramento CA 95814 Les Nolte (714)383 -4561 igned Judson C. Grey, Pr i ent • . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 INDEX TO SPECIAL PROVISIONS SECTION PAGE I SPECIFICATIONS AND DRAWINGS 1 II LOCATION AND SCOPE OF WORK 1 III TIME OF COMPLETION 2 IV PAYMENTS 2 V LIABILITY INSURANCE 2 VI SOILS REPORT 3 VII PERMITS AND LICENSES 3 A Permits Obtained by City 3 B Permits and Licenses to be Obtained 3 by Contractor VIII CONSTRUCTION STAKING 3 IX TRAFFIC CONTROL 3 X CONSTRUCTION WATER 4 XI PROTECTION OF EXISTING IMPROVEMENTS 4 XII PROPOSAL ITEMS 5 A Clearing and Grubbing 5 B Removal and Replacement of Existing 5 Fence C Reinforced Concrete Crib Wall 5 D Polystyrene Joint Filler 6 E Gravel Backfill for Crib Wall Bins 6 F Excavation Protection 7 Special Provisions Index - 1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE CONTRACT NO. 2000 SPECIAL PROVISIONS I. SPECIFICATIONS AND DRAWINGS The contract requires completion of all the work in accor- dance with the contract drawings, these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition, with 1977 Supplement. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone No. (213) 870 -9871. Copies of the City's Standard Special Provisions and Standard Drawings are available and may be purchased from the Public Works.Department. The contract drawings or plans consist of three sheets identified as City of Newport Beach Drawing No. R- 5371 -5. II. LOCATION AND SCOPE OF WORK The project involves construction of a reinforced concrete crib will to support an existing roadway embankment which is eroding and sloughing. The crib wall is approximately 102 feet in length. It is to be constructed within existing public.street right -of -way along the northerly side of Via Lido at the westerly approach to the Lido Isle bridge. The work includes clearing and grubbing, structure excavation and backfill, fabricating and erecting precast reinforced concrete units to form crib wall panels of varying heights, backfilling the crib wall with a coarse - graded, imported material, and other appurtenant work as necessary to complete the work as shown.on the contract plans and as described in these Special Provisions. -1- 0 III. TIME OF COMPLETION 0 All work included in the contract shall be completed within 90 consecutive calendar days from the date the City awards the contract. The contractor shall submit a written schedule of work to the City prior to starting work. The schedule should provide for off -site casting of the reinforced concrete units. The actual on -site construction work shall be limited to a period of 30 consecutive calendar days within the overall 90 -day contract time of completion. The 30 -day on a construction period should be established considering idal fluc ua Un- usually low water levels at low ti a wi I e the sub - grade preparation work as well as placement of the units forming the bottom of the crib wall. Furthermore, it is the intent of this section to require the on -site construction work to be performed as quickly as possible so that traffic along Via Lido is affected for a relatively brief period of time. IV. PAYMENT The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment, and incidentals necessary to complete the work. Compensation for work shown on the plans or described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. V. LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows: 1. The word "Agency" where used in this section shall include Williamson and Schmid as well as the City of Newport Beach. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City (sample attached). This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. -2- r` VI VII VIII. SOILS REPORT A "Preliminary Soils Foundation Investigation" dated May 22, 1978, was 'prepared for the City of Newport Beach by Geo- Soils, Inc. The report is on file at the Public Works Department and is available for inspection by any interested bidder. The materials encountered by the Soil Engineer on the project site and utilized in the laboratory investigation and engineering analyses, are believed representative of the total area; however, soils vary in characteristics between borings. Since such investigation was based upon the site materials observed, selective laboratory.testing and engineering analyses, the conclusions and recommendations contained in the report are professional opinions. These opinions were derived in accordance with current standards of practice and no warranty by the Soil Engineer or the City of Newport Beach is expressed or implied. PERMITS AND LICENSES A. Permits Obtained by City. The City has obtained approvals and permits from (1) California Regional Water Quality Control Board -Santa Ana Region, and (2) California Coastal Commission, South Coast Regional Commission. These documents are available for inspection at the Public Works Department. B. Permits and Licenses to be.Obtained by Contractor The contractor shall obtain and have in effect the following permits and licenses prior to commencing construction work on the project: 1. Permit to perform excavation or trench work issued by the Division of Industrial Safety, State of California. Permit to dispose of waste material at any sanitary landfill managed by the County of Orange issued by the Public Works Department at no cost to the Contractor. ,3. Valid. City of Newport Beach Business License. All field staking for the control of construction shall be provided by the City at no cost to the contractor. The cost of any restaking required because of the contractor's failure to protect stakes and points of control shall be charged to the contractor. Forty- eight.(48) hours notice is required for survey service. -3- -. -:. _�� �,_s.. �,� � .,.___ _... • IX. TRAFFIC CONTROL 0 The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard S ecifications except as modified in this section, an ft t e stan ar s contained in the Work Area Traffic Control Handbook (WATCH), also published by Build ni g News, Inc. A written traffic control plan shall be submitted to the Engineer for approval prior to commencing work. During the hours of 9 a.m to 3 p.m., vehicular traffic along Via Lido may be restricted to a single, 11 7foot wide lane. Flagpersons shall be used to control and direct traffic during the time that traffic is restricted to one lane. Traffic shall be restored to the normal two -way pattern at the end of each working day. The contractor shall provide barricades and appropriate signing to restrict pedestrian access to the public beach area where the crib wall is being constructed. The beach area use restriction shall extend from the bridge abutment westerly to the existing bulkhead at the private marina. X. CONSTRUCTION WATER Unless otherwise specified, there will be no charge for the use of construction water taken from the City of Newport Beach water system. The contractor will be expected to observe normal water conservation practices in the use of City water. If the contractor fails to use reasonable conservation measures; the City will require a meter to be installed and the contractor will be charged for all water used at the standard City water rates. XI. PROTECTION OF EXISTING IMPROVEMENTS All underground utilities as shown on these plans are plotted from existing records or general observation in the field and are shown only for the contractor's information. The contractor shall be responsible for verifying the horizontal and vertical positions of these utilities and shall protect the utilities during the course of construction. Special attention is directed to the existing underground telephone ducts located in the landscaped area along the northerly side of Via Lido. The contractor is advised to coordinate the exposure of these facilities with the Pacific Telephone Company so that an exact location is determined. -4- 0 of 7 • • The contractor may ramp the existing curb and gutter and sidewalk to gain access to the work area. Any damage sustained to these improvements shall be repaired to the satisfaction of the Engineer at the contractor's expense. Existing trees and shrubs within the work area and for access to it will be removed by the City prior to the commencement of the contractor's operations. The contractor shall confine his work within the limits cleared and use care to avoid damaging the remaining adjacent landscaping improvements. At the conclusion of the contractor's work, the area shall be left clean and graded to the lines shown on the plans. The City will be responsible for restoring the landscaping improve- ments to the work area. XII. PROPOSAL ITEMS A. Clearing and Grubbing This item of work shall include the clearing and grubbing of all areas involved.in the construction of this project and shall be done in accordance with Section 300 -1 of the Standard Specifications. Removal of interfering portions of the existing wooden bulkheads shall be included in this bid item. The contractor shall be responsible for disposing of the unuseable cleared material away from the job site in a manner and at a location acceptable to all cognizant agencies. The lump sum price bid shall constitute full compensation for this item of work. B. Removal and Replacement of Existing Fence This item,of work involves the removal and replacement of a portion of the existing chain -link fence as necessary for access to the work area. Any new materials necessary to replace the fence after the work is completed shall be included in the unit price bid for this item of work. C. Reinforced Concrete Crib Wall The two bid items covering the construction of reinforced concrete crib wall are distinguished by the length of the headers. The item for six -foot long.headers is applicable to all Type "A" crib wall and the upper 9' -8" portion of Type "B" crib wall. The item for eight -foot long headers is applicable to the lower portion of Type "B" crib wall The pay quantity for each bid item is based on the surface area of the "front face" of the crib wall corresponding to header length. The wall height used to compute surface area is along the face of the wall as shown in the Caltrans standard drawing. -5- s rV • D. E. 0 The unit price bid for each item shall include full compensation subgrade material,for structure and for the extra header units a of crib wall construction for the compaction of the excavation and backfill, t the end "bin." Structure excavation and backfill associated with construction of the reinforced concrete crib wall shall be accomplished in accordance with Section 300 -3 of the Standard Specifica- tions. The work contemplates (1) excavation of the existing roadway embankment materials as required to construct the crib wall structure, (2) stockpiling the excavated material and (3) backfilling the crib wall structure to the finished surface configuration shown on the plans. The City will provide a stockpile area for the excavated materials on the easterly side (Lido Isle end) of the Via Lido bridge within the Via Lido right of way. The contractor shall be responsible for cleaning the stockpile area at the completion of the work. The costs for excavating, stockpiling, and backfilling shall be included in the unit prices bid for reinforced concrete crib wall items and no additional compensation will be made therefor. Polystyrene Joint Filler Installation of the joint filler has at least two purposes: (1) it will provide a cushion between the new reinforced concrete crib wall units and the existing reinforced con- crete bridge abutment wingwall, and (2) it will seal the space between the two structures and prevent backfill material from sifting through the gap or opening. The exact dimensions (length, width, or thickness) may be adjusted as necessary to accomplish the intended purposes. The lump sum bid shall be considered to include full compensation for this item of work. Gravel Backfill for Crib Wall Bins This item of work involves the placement of an imported coarse granular material to fill the inside of the rein- forced concrete crib wall bins. The material used shall be of such character that it will not sift or flow through the openings between the wall units. The maximum size of any stone or rock shall be three inches. Gradation of the material shall be within the following limits: , Sieve Size 3" No. 4 Percent Passing 100 35 -100 r This specification is intended to be sufficiently flexible so that the backfill material used is relatively inexpensive and easily obtainable from the local aggregate material suppliers. The imported backfill inside the bins shall be placed concurrent with the backfill between the back of the crib wall and the face of the interim cut slope. The purpose of maintaining relatively uniform levels of the two backfill materials is to avoid great variations in loading pressures which might unfavorably affect the structural integrity of the crib wall. The unit price paid for this imported backfill material . shall be considered as full compensation for the costs of the material, placement, and densification to a relative compaction of 908. F. Excavation Protection Sid Item No. 7 is included in the proposal in compliance with Sections 6705 and 6707 of the California Labor Code. The lump sum price bid shall be considered to constitute full compensation for all costs associated with obtaining permits from the State of California Division of Industrial Safety and with providing materials and equipment for the protection of life or limb. -7- v� Pr I' CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. .. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Reach C/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death '.or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the ,contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile: Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endo rse Ml effective when signed by an Authorized ReNsentative of __ �^ (Name o nsurance ompany and when ism Ci4s 11 be valid and form part of policy No. inga /1 V(Nemdl Insure NAMES 04a �IBaOXERV/ f GE R ADDRESS - A _ A— ut horizc preeon at�� IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company i, 5 • November 22, 1978 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 TO CITY CONTRACT NO. 2000 FOR REINFORCED CONCRETE CRIB WALL NORTHERLY SIDE OF VIA LIDO AT WESTERLY APPROACH TO LIDO ISLE BRIDGE As an alternate to the Type "A" and Type "B" crib wall shown on the plans and described in the specifications, the Con- tractor may use "Concrib Retaining Wall" as manufactured by Associated Concrete Pro-ducts, Inc. of-Santa Ana,,'CaTiiornia; - - -" - under license from Hilfiker Pipe Company of Eureka, Cali- fornia. The alternate shall consist of Type II and Type III (Option II) reinforced concrete crib wall. Type III (Option II) shall have a minimum of three courses of 8' long headers as the lower level. Closed face stretchers shall be used below approximate elevation 6.25. If the alternate "Concrib Retaining Wall" is to be used, the Contractor shall submit a detailed layout drawing to the City for review and approval prior to fabricating or casting any members. The two most important criteria for the layout to consider are: (1) depth of embedment at the bottom face of the wall, and (2) elevation of the top face of the wall so that the slope of the finished surface above and behind the crib wall is 3:1 or flatter. The unit price bid for reinforced concrete crib wall with 6' headers (Proposal Item No. 3) shall also be applicable to the 6' -6 ".long headers of Type II "Concrib Retaining Wall." Similarly, the unit price bid for reinforced concrete crib --- wa -1.1- with._8_' -headers. (Progosa-l- .Item -_No_. 4)_ shall also be applicable to the 8' -0" long headers of Type III (Option II) "Concrib Retaining Wall." The bidder shall indicate receipt and acknowledgement of Addendum No. 1 by providing a signature and date in the space below. A signed and dated copy of Addendum No. 1 shall be included with the sealed bid. Steve Bucknam ' Project Engineer �' //- a9 - ?6 Date • • , ' c . E N m i N a-- J J; W Z Z W i i 1 m z LO Y�III�� wun�� mttetme�■n 1 m z LO F r E E a _rom otlz u> UfL) W 6 La � Ix z ~ O 2 F U W J W u x �iillll�llltl�� ��uniiiwnv�e�i� J W u x