Loading...
HomeMy WebLinkAboutC-2072 - Newport Pier Ramp ReconstructionN March 26, 1979 CITY COUNCIL AGENDA ITEM NO. G -3 By #,a ; 1 wUNCIL TO: CITY COUNCILc,,'EY FROM: Public Works Department SUBJECT: NEWPORT PIER RAMP RECONSTRUCTION (C -2072) RECOMMENDATIONS: 1. Waive the informality in the bid of Submarine Engineering Associates. 2. Adopt a resolution awarding Contract No. 2072 to Submarine Engineering Associates for $17,575 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 2:30 p.m. on March 15, 1979. Bidder Amount 1. Submarine Engineering Associates, Newport Beach $17,575.00 2. Bourget Construction, Irvine $20,000.00 3. Trautwein Brothers, Newport Beach $40,232.00 The low bid is 12,1% less than the engineer's estimate of $20,000. Funds in the amount of $13,500 are available in the current budget (Acc #02 - 2897 -177). A budget amendment in the amount of $4,075 has been prepared for Council consideration to transfer funds to the project account from the Disaster Relief Account (Acc #02 - 289 -07) to complete the funding. Due to a clerical error, Submarine Engineering Associates did not fill in the numerical unit price on the proposal; however, the unit price was written in words and a total numerical price was shown. Inasmuch as the informality did not affect the competitive bidding process, waiver is recommended. The project will provide for the complete replacement of the 39 year old ramp facility. The ramp width and landing area have been enlarged to facilitate safer rescue operations. The lift hoist house will be relocated and a chain link enclosure will be installed to secure the area. (See attached sketch). The plans and specifications were prepared by Don Hellmers Engineering. 4, T estimated date of completion is May 26, 1979. "min B. Nolan Public Works Director SB:do Att: gip,. r - _ l ?;" � •ice\ � ��� L.. -/ � r r; I A y • it FM FX I A GOV ES �fJ 7j�'�' y' TURNING BAS IN Q J y 1 1 t ch, 92 I�' Ir Tw pi 4t /� 1r • t�� a^ I njz X-: r � CIAH,NEL J r Is ai MU��u�aa�� Aa =, �. 1 ' F c AR EA -- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RAMP geC01VS77,QC1C T /JiV AfrWP0!47•. P/e-R.. 19.7g'?9 l.. I� if -2a 72 DRAWN_ 5 DATE -' APPROVED PUBLIC WORKS DIRECTOR R, E. NO. ___ —_ DRAWING NO. FXH16 17- "A; sf I Ci /R /NL /NX FEENCE -' i 'V. V- Lil I I i�;� II it ii Ii PROF /z Ex s% [RNDir�G /Vrs TO .9 t? REMOVEL7 PLAN it I It CITY OF NEWPORT BEACH DRAW" -.s �, —.- DATE PUBLIC WORKS DEPARTMENT APPROVED IE if f� r rr FT in J�ItIt1 L L! � ti y1 11 A /Yi Y NC CC /V J 7 -N U(- T /O /V f PUBLIC WORKS DIRECTOR /vE W f70 R 7- /0/,5/4Z 1979 - 79 l R.E. NO. 4 DRAWING NO.EXH /Q /T i By taa ii i w:!: ^dC,IL G {Ty or N6Wx*0gY c ^:,... — RESOLUTION NO. 0 9527 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SUBMARINE ENGINEERING ASSOCIATES IN CONNECTION WITH THE NEWPORT PIER RAMP RECONSTRUCTION (C -2072) WHEREAS, pursuant to the notice inviting bids for work in connection with the Newport Pier ramp reconstruction, in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of 1979, and publicly opened and declared; and March WHEREAS, it appears that the lowest responsible bidder therefor is SUBMARINE ENGINEERING ASSOCIATES, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of SUBMARINE ENGINEERING ASSOCIATES in the amount of $17,525.00 in connection with the Newport Pier ramp reconstruction 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 26th day of "larch Mayor ATTEST: 1979. . City Clerk DDO /kb 3/19/79 THE NEWPORT ENSIGN PROOF OF PUBLICATION (4075.5 C.C.P.) STATE OF CALIFORNIA, SS. County of Orarxje, 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: Thi a is for the County Clerk's Filing Stamp A Proof of Publication of N(DTTftr Tyr- VT- 7N-itl TP7 iC ...... : 1... 1.9.;19.......... ...... , v I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this day of = i� r^19 79 I �C�',7 ?C ✓� .mil L. -'�� %%C,�i"Z:�Z L Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. !'q !':.. C leiyd "eijrmued'tiyil>�" I �ma dgo -,-- °q a1,5 1979 Ia... bmb 1(me Ihey .9? ed reed, lorpaaprmin9 wdrtm ollowbi: 'TAMP. HrCONSTBfit,170N NE It _ CDyTBAC{NIJie2072 l ' et,t'e ro m+vy P ppealYorm.N.(O be relaihed by' the biddo b hm record. "` ' c h; fs Hbed cbenk'�aUdderA de'paya8i fa i�YP(�x($1 Newport Se cGl a amouW S4° vie Pd P. ''Mice n) Tof tpe amodvl;bia -- behtl of theyr:yact dih worda- ont.h D9i fi hdl'.bm'i:bgrlY maiked an the , Lela (W en lope c .thin. . Ingibabd Thn codtrnctdocumdntn lbht'rimdei bo' A Iiopmal 'fit B. De g ary �Sub:.o t act- .i C Bidd Bo d ., a D NP .call A devil i E Sushows.t [, F rwnc 1, Reapolre {' Wit, F. Technical Abrhry'!a d Exaped rice Bef.nn Thos drum ti eball'be alt�i"ed�vrth the argmtuze add hilea of the.�pn ne . a gnmg on behaB of Ne brdd paranoma the mgnatwea of tI{e PJepdant or Vice'Aevdem andSechefoij pr A Secremry a o raquirc'3'and the Corporate Sent shall he..elfie`ed So all documents ni g signhhunes. In the case Of a Partnership, the signatene of at least =0 genOnd Patient is required No bid will, be pled from a con bactm who be not bane 11"'d in ac. cordance with the provisions of Chapter 9. Division BI of the Busineis and Pro f cisidns' Coda. The comraaar shelf state his huenu number and uauuiflcatmn in the proposal, ope set of plans and contract docu. enh, including special provisions, mey be obtained at the Public Worlm Depart i ment, City hall, Newport Beach,..Cali� focus, at no teat to licensed contractors. . It is requested thatfhn plans and cam tract dbcumenm be unturned within two (2) weeks after the bid opening. City, has adopted the Standard 1; "I cntlooa k Pnblrc Woks Cpn. .,' 11976 Editiosl as prepared'by d. ,it.. Calhaiitln Ctiaptav of the auud.d. W, *.l,Cotmcpn ;rid.:. socia(ed',Gepµe):;Cddpactmn oL. Copier of thaw are availatila a1 the Pub: IlcWmlm DepaRmant at s cwt of SS per set,' A standard "CerHNcate of Irouranc. I., Contract Work" loan has base adopt. ad by the City ol. Idgwport Beach Thin form u the ooly certificate d insurance acceptable to the City. The successful' bee bidder wall be regubad to complete this torn upon award of the contract. For any mgnirsd bonne. the company turning bid bonds, lab'os and material bonds. and faithful pedormenoe bends must be an loiurabce company or surety company licensed by the State of Calm brain. In ....donee uilh the prevraven of Reticle 2, Chapter 1, Part 7 of the Calm lomia Labor Code (Sadler 1770 at mqd, the Director of Industrial Relations has oecoriaioed the general prevailing cote of pan diem wages to the locality, is whbb the eexVie to be pedemned for oeoh craft, .1medicalioa, or type of workman or mechanic needed to ass cute The contract. A copy d mid detor- mination b amilsble in the office of the City Clerk. All parties to the contract 'shall be govemod by all provWarm of the Calitorain Labor Code relating to pre- vailing wage rates ISectiom 17701791 rnolenivel The ecialacine shall be rs eponaibla for compliance with Section 1=5 d the California Labor Code for all appreeticeable occupations. The contractor shall poet a copy of the pmvailm' wnga mtan at the job vile. 'Copies may be obtained from the Public Works Department. The City raenrvce the right to reject any or all bids and to waive any halo. reality in such lids. publish; Mar. 1, 1979 to Th. Newport Ensign. NE133 .1 FFR 9.; lo7q By the ury COUNCIL CITY OP N@WRO"TC CITY COUNCIL FROM: Public Works Department SUBJECT: RAMP RECONSTRUCTION NEWPORT PIER (C -2072) RECOMMENDATIONS: 0 February 26, 1979 CITY COUNCIL AGENDA ITEM NO. H -11 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 P.M. on March 15, 1979. DISCUSSION: As a result of the February and March 1978 storms, the emergency access ramp on the Newport Ocean Pier was severly damaged. Temporary repairs were made but recent heavy storms have again made the facility inoperable. Replacement of the ramp was requested by the City from Federal Disaster Relief Funds. Approval was obtained through the State Office of Emergency Services. The project will provide for the complete replacement of the 39- year -old facility. The ramp width and landing area have been enlarged to facilitate safer rescue operations. The lift hoist house will be relocated and a chain link entrance enclosure will be installed to secure the area. (See attached sketch) The plans and specifications were prepared by Don Hellmers Engineering. The estimated date of completion is May 26, 1979. The engineers estimate for the work is $20,000.00. of $13,500 are available for the work, (Account #02- 2897 -177) tional Federal Assistance Funds are available in the Disaster (Account #02- 289 -07) and a budget amendment would be prepared de ation at the time of contract award. 2�4 V B Nolan Public Works Director .. Att. Funds in the amount However, addi- Relief Account for Council consi- r� (, - - - a ��' rr r� ljr I 1• Gf M d' I -I! 1P j coves, L oA rpA ��✓ /r)�) //�eapFaca �c, P, z e 1 4P 7. Cu I^ C � 1 mt'v -r axr TURNING BASIN y��r LIDO .-V Cy 9y 2 m�ysoo 4� :_, a ,7,d�1,v "t O - .:�C'pA. 1 • ry'I, PRO ✓EC T —, 1��✓ er:v , P,EQ AR EA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RAMP R fCO/V.ST.R cJC T /DN me wp ,I, c Ed oir =� ^rl. w- SLIC pu 0-207 DRAWN.S. /$. DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EXHI PB I T 0i4 c to - r-- ��5 �..,CHANNEL �•r�� 7/ I I i � t L�sLJ� pAy 15 1 .✓ 4 oir =� ^rl. w- SLIC pu 0-207 DRAWN.S. /$. DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EXHI PB I T 0i4 C,Y,4 /,v t- eA is r. 4 A K D / N& A/ 7--.f ro,off REMOVED /V) I I I ff ff ff New 7-' -77- rif L lyEvv Rqmp -7 PLAN CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RAMP 1qjFCo1V.5rRUC 7-/C/V NE W,00 /Q 7- P/e/Z /9 78 - 79 �NI 1 DRAWN -.P, �/, DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO.,,EXI-1101 7- "Ag December 7, 1979 CITY OF NEWPORT BEACH Submarine Engineering Associates 504 31st Street Newport Beach, Ca. 92663 OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Contract No. 1927/Newport Pier Ramp Reconstruction This letter is to make a correction in our letter of December 3. It was not on November 26 that the Neveport Beach City Council accepted the work of the above subject matter, but rather the date of acceptance was October 23, 1979. We offer our apologies for this error. DORIS GEORGE City Clerk City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 April 12, 1979 TO: CITY CLERK FROM: Public Works Department SUBJECT: NEWPORT PIER RAMP RECONSTRUCTION (C -2072) Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and return the remaining copies to our department. Steve Bucknam Project Engineer w, Att. April 9, 1979 TO: CITY ATTORNEY FROM: Public Works Department SUBJECT: NEWPORT PIER RAMP RECONSTRUCTION (C -2072) Attached are the subject contract documents and insurance endorsements. Please approve as to form and con- tent and return to this department for further processing. St knam Project Engineer SB:jd Jt4- � I �/)? k TO: CITY COUNCIL FROM: Public Works Department a October 23, 1979 CITY COUNCIL AGENDA ITEM NO. H -13 SUBJECT: ACCEPTANCE OF NEWPORT PIER RAMP RECONSTRUCTION (C -2072) 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 reconstruction of the ramp at the seaward end of the Newport Pier has been completed to the satisfaction of the Public Works Department. The bid price was $17,575.00 Amount of unit price items constructed 17,575.00 Amount of change orders 188.31 Total contract cost 17,763.31 Funds were budgeted in the General Fund (Account No. 02- 2897 -177) Upon completion of the new ramp, problems were experienced with the existing re -used ramp hoist. The contractor was requested to weigh the new ramp, a change order in the amount of $188.31 being issued to cover the cost of the work. The design engineering was performed by Don Hellmers Engineering of San Pedro. The contractor is Submarine Engineering Associates of Newport Beach, California. The contract date of completion was July 13, 1979. The contractor experienced major delays in obtaining the large treated timbers for the ramp stringers, with the work not completed until September 6, 1979. Benjamin B. Nolan % J/ Public Works Director GPD:jd CITY OF NEWPORT BENCH CALIFORNIA city Hall 3300 W. Newport blvcl 640 -2251 Date: October 29, 1979 Lee A. Branch County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Newport Pier Ramp Reconsti:tictioii on which Submarine Engineering Associates and Balboa Insurance Company Please record and return to us. Encl. Very Contract No. 2072 was the Coni ntcUir was the suicty. yours, /Dorlits City Clerk City of Newport Beach NOTICE OF COMPLETION PUBLIC WORKS 'I 'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 6, 1979 the Public Works project consisting of Newport Pi on which Submarine Engineerinp Associates of Newport Beach was the contractor, and Balboa Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: Cl Y OF NEWPORT FACH 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 Octoha,r 29, 1979 at Newport Beach, California. / - 4094 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 October 23, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 29, 1979 at Newport Beach, California. ' r City. Clem 4 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Decerber 3, 1979 SUmarine Engineering Associates 504 31st Street Newport Peach, Ca. 92663 Subject: Contract No. 1927 Bond No.1,05- 036051 Project - Newport Pier Pamp Reconstruction Surety - Balboa Insurance C npany The City Council on November. 26, 1979, accepted the wort: of subject project and authorized the City Clerk to file a Notice of Cm- pletion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orarge County Recorder on November 7, 1979, in Pock No. 13385, page 1672. Please notify your surety comany that bonds *gay be released 35 days after recording date. DORIS GEOPC�E, City Clerk IG:\uw cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING REQUESTED By APtp'VA.IL TO � 0 L C fry Or /)�GU�O�% G i ,ya J i 33v-o (U6Wg0R, Bg1 -11,o. EXEMPT ll -TWO T doh C R- `'sZ"o 3 C 1 NOTICE. OF COMPLETION PUBLIC WORKS IU � RECORDED IN ofFICIAL RECORDS OP ORANGE COUZ , CAI- !�CRNIA 30 van 1 P.M. NOV '7 1979 LEE A. BRANCH, Canty Rnrcraer 7'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 6, 1979 the Public Works project consisting of Newport Pi on which Submarine Engineering Associates of Newport Beach was the contractor, and Balboa Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: Cl Y OF NEWPORT FACH 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 October 29, 1979 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 October 23, 1979 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on October 29, 1979 at Newport Beach, California.: —� City Clerk Ir, r L,.�!'�N� CITY OF NEWPORT BEACH Date April 16, 1979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2072 Project Newport Pier Ramp Construction _ Attached is signed copy of .subject contract for transmittal. to the contractor. Contractor: Submarine Engineering Associates Address: 504 31 St. Amount: $ 17,575.00 Effective Date: April 13, 1979 Resolution No. QS97 Doris Geo e Att. cc: Finance Department City Hall • 3300 Newport Botdecard. Newport Beach. California 92663 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR NEWPORT PIER RAMP RECONSTRUCTION . 1978 -79 CONTRACT NO. 2072 Approved by the City Council this 26th day of February, 1979. City Clerk CITY C K SUBMITTED BY: SUBMARINE FN Contractor 504 - 31st St. ddress Newport Beach CA 92663 City State Zip 673 -5577 Telephone No. $17,575.00 Total Bid Price i F i I CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:30 P.M. (as determined by telephone time signal) on the 15th day of--March 1979, at which time they will be opened and read, for performing work as -follows: RAMP RECONSTRUCTION NEWPORT PIER CONTRACT NO. 2072 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 Se�cret�ar or Assistant Secretary are required an t Corporate Seal sha—T b1 a affixed to a'il documents requiring signatures. In the case of a ari rtnership, 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 acceptable 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. 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 ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. 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 re- lating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be 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 infor- mality in such bids. Revised 12 -29 -78 _. a�SV�X�" "-"'�� �.�..z.�aea ,.;- `.�'- `��'= x`°�`"�:'``- t`" - ..srs:- `'.:♦; .. ®� =�i .....aa -_:. _�.,, - -'- ,:�..;X�' t' 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. 251985 Classification A Accompanying this proposal is bid bond TTash, Certified Check, Cas ier 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 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. 673 -5577 Phone Number March 15, 1979 Submarine Enqineerinq Associates Bidder's Name (SEAL) S /Lorenzo C. Miller, Owner uthorized Signature Authorized Signature Individual 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: 0 r 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Submarine En ineerin Associates i er s Me S /Lorenzo ut C. Miller oriz7Signature Individual Type of Organization (Individual, Co- partnership or Corp.) Address a C� 11 "FOR ORIGINAL SEE CITY CLE FILE COPY" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL. .**SEE ATTACHED ** KNOW ALL MEN BY THESE PRESENTS, That we, Submarine Engineering Associates , as Principal, and Balboa Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of ten percent not to exceed Two Thousand Five Hundred & no /100 Dollars ($ 2,500.00 ), 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 Newport Pier Ramp Reconstruction. Contract #2072 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 15th day of March , 1979 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact Patricia S. Pascual, Notary Public Commission expires April 27, 1982 S /Lorenzo C. Miller, Owner Principal Balboa Insurance Company Surety By A. E. Lee ,: _ - _:.: :_ -w _ �.. 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. all Lorenzo C. Miller. Owner Submarine Engineering Associates 504 - 31st St.. Newport Beach. CA 92663 Subscribed and sworn to before me this 14th day of March 19 79 My commission expires: September 21, 1982 S /Dianna G. Torrence Notary Public 0 0 OR ORIGINAL SEE CITY CLERK'S F COPY" Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY I` 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" 1 S /Lorenzo C. Miller, Owner Signed .,., �.._ i • 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. 1976 City of San Clemente Ray Kru7ona 714- 492 -5101 1979 City of Newport Beach Steve Bucknam 714- 640 -2281 1978 Malibu Pier Corporation Jeff Huber 213- 456 -8o3O 1978 City of Redondo Beach Ben Hobbs 213- 372 -1171 Current Southern California Edison Joe Bankovich 714 - 492 -7700 San Onofre Nuclear Generating Station 1977 City of Newport Beach Steve Bucknam 714- 640 -2291 1976 City of San Clemente Ray Kru7ona 714 - 492-5101 1977 Long Beach Naval Shipvard Contract Officer 213 - 547 =6856 S /Lorenzo C. Miller Signed 0 0 Bond issued in foullyunterparts. ` Page 8 LABOR AND MATERIAL BOND SBG# 0900 94631 026 62 E. Bond# L05- 036051 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 26, 1979 has awarded to Submarine Engineering Associates hereinafter designated as the "Principal ", a contract for Newport Pier Rama Reconstruction - Contract No. 2072 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 Submarine Engineering Associates as Principal, and Balboa Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Seventeen Thousand Five Hundred Seventy Five & ni /100 ---- Dollars ($ 17,575.00 ), said sun 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 �i • • Page 9 (Labor and Material Bond - Continued) 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 i.ts obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 4 day of April Approved as to form. City tbfhey L -0%NZP C, 'Afild.Fe, etya/FL Authorized Signature and T1t�e ' Balboa Insurance C"My (Seal) Name of SW)Ibty Lou Jones & Assocaites 2900 W Broadway Los 4nizeles. alifornia Address f Suret Signature! and Title of Authorized Agent A. E. Lee Attorney in Fact ress o nt ca lif ge elephone No. of Agent 0 0 Ctilik)rpia — / , ()ww?vf-_____0zaux^��/ � APR 07& ^ Or? /h�`__- day of /wt�,,nx, Cvxn/!vf _ _ Vc�o�(�� � ��_ ��S/o/ro/ -Cali {n1oi4 /,//'//x;,h,xi,.'i//v'onmu//h'/wJ uo�/xx y,/,vnuVyv/y�,urrJ�-XR.J^e kx',x*/o/:,'/obc/&. IN! 'vQ`/n No /6c ^ Do|hou[usu,uucoCo,opuoy. the ',,(o',^,/'�.m/6'//,/'vn/',/ the ''f/h/�v/�//`/n',x,'/.,/,,i ,.��//,//�/',�/'���/,:, /ho/6v/xbocn� pall '� /�'�.*xx.x/ \/' / v N Fv'/. S. PASCUAL ` v � ` )i//o,!/"uhmq}/ux'/brOw |m,/!o/ Vrnu&e .S/u/, uIitoroiu Q:Q*znne ` ' Page 10 PERFORMANCE BOND 3BG$t 0900 94631 026 62 Bond# LOS- 036051 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted March 26, 1979 has awarded to Submarine Engineering Associates hereinafter designated as the "Principal ", a contract for Newport Pier Rama Reconstruction - Contract No. 2072 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Submarine Engineering Associates as Principal, and Balboa Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of i Seventeen Thousand Five Hundred Seventy Five & no /100 - -- Dollars ($ 17,575.00 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City of"its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, f 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 E 0 V U 'e V y.� Page 11 (Performance Bond - Continued) 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 4 day of April , 19 79 i Submarine Engineering Associates (Seal) Name of Contractor P incipa ) uth ized Signature and Title Lorenzo Authorized Signature and Title Balboa Insurance Company (Seal) Name of Surety c/o Lou Jones & Associates A. E. Lee Attorney in Fact ddress of Agent Anaheim, California 714 -614 -2126 Telephone No. of Agent C, 0 Oran&e_ On -Flav-f APR S. Pa-ricia S. Pascual .. . .... 4... a 1volory /'uGlir ;.I and tor Ow said Court 0 ra n, - a nii i onli a :lldv t,;Flnmissiwwd Stctc of n and su oni, persowilly as purr 1A. Y... 1 nc, known to me to F)(, 'he 3".1boll firtsurance Companv, l/w corpolo!iml than 41AITUIni n/?( n i,islrlmlc'a, um! tl. I, ),I'' tha" ho sid)scnbed tho 110111P of Olt; lildbwt due,nrunee Cmllpllll.c (hvn (112,i hiS 11,1 ,l NUM ;1, IF? I I It? I I I It in, CrF1'-AL SEAL PASCUAL Volury P:, blic inam1fw-lhc( f,un"vol, Or NIA fj I w, 7 7 6 CO.,`IM;s,-ja.j E: q,. 11211111lippi ..... IF '7, 1982 IF BAWA INSURANCE COMPANY • 620 NEWPORT CENTER DR IV E, NEWPORT BEACH, CALIFORNIA 92660 G PA 2221 GENERAL POWER OF ATTORNEY NUMBER VALID ONLY IF IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and anooint of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Contract Bonds (S.B.A. Guarantee Acfreement) - $200,000.00; License & Permit Bonds - $50.000.00: Miscellaneous - $50,000.00: Fiduciary Bonds - $50,000.00 •• al• OF ••+EY SHALL TERIIENATE AND BE OF • and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Be It Resolved, that the President, any Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. A ttorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." .. In Witness Whereof, Balboa Ins c s,, ., . ...., c � aused these presents to be signed by its Executive Vice President , and its corporate seal to be her_ txed this day of SepteMber A.D., 19 78 . Incorporated - • - BALBOA INS CE CO @A Feb. 6, 1948 * By ly- State of California ` —� ss.. County of Orange �A(IFORN P On this 14th day of September A.D., 19 78 efore me personally came Jack M. Trapp to me known, who, being by me duly sworn, did depose and say, that he resides in Mission Viego, California that he is Executive Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his named thereto by like order. "I', III II "III I. iiiii„.ipp pIII " I„ III ii,,, ,,,,,ii,,,,, OFFICIAL SEAL tE ELAINE STEVENS '° Notary Public NOTARY PULLIC CALIFORNIA , PRINCIPAL OFFICE IN ORANGE C'7UNTY g e My Commission Expires July 16, 1979 S wnmm�innm,,,w... ���n,,, ununnunuwmnnnwunimuumnininmunnnmY 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 4 day of April 19'79. . 829E672 t Secretary • Page 12 ' CONTRACT THIS AGREEMENT, made and entered into this /ditday of 19, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Submarine Engineering Associates 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 Newport Pier Ramp Reconstruction - Contract No. 2072 and to perform and complete in i 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. , 0 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 /� ' r ATTEST: City Clerk Submarine Engineering Associates Contractor � EAL) By: g��d Lorenzo C. miller, Owner Title By: ••�.�� 1,.11 Title '� ^a�� J.+.,� �`. a...a 3 x,.i.a� s_ • > x-�"'M"'- .a ' ��--+: ��` ^�..A..�.x' ^�.r«` -jam �' ... _ • CITY OF NEWPORT BEACH PR 1 of 1 PUBLIC WORKS DEPARTMENT NEWPORT PIER RAMP RECONSTRUCTION CONTRACT NO. 2072 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has exam- ined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2072 in accordance with the City of Newport Beach Drawing No. H- 5087 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Remove existing ramp and platform and replace ramp and platform and install appurtenances as shown on the plans. Seventeen thousand, five @ Hundred Seventy Five Dollars and no Cents $17,575.00 $17,575.00 Lump Sum TOTAL PRICE FOR ITEM 1 WRITTEN IN WORDS AND FIGURES: _Seventeen thousand five hundred seventy five Dollars and no Cents $ 17,575.00 March 15._x1979 _ Submarine En i neering Associates �Dat� Bidder's Name S Lorenzo C. Miller Owner Authorized Signature CONTRACTOR'S LICENSE N0. A251985 CONTRACTOR'S ADDRESS 504 - 31st Street, Newport Beach, CA 92663 TELEPHONE NO. 673 -5577 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • CONTRACT DOCUMENTS FOR NEWPORT PIER RAMP RECONSTRUCTION CONTRACT NO. 2072 ADDENDUM NO. 1 NOTICE TO BIDDERS Please be advised that the wording in the Notice Inviting Bids and in the Special Provision has been revised to read as follows: NOTICE INVITING BIDS On page la revise paragraph 3 to read: A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The success- ful low bidder will be required to complete this form upon award of contract. (A sample form is attached for reference.) SPECIAL PROVISIONS IV. LIABILITY INSURANCE 1. In paragraph 1, remove the wording standard "Certificate of Insurance for Contract work for City" and insert "City of Newport Beach Special Endorsement." A sample of the Special Endorsement is attached to this addendum. Delete the words "Certificate of Insurance" in sentence two and insert the word "Endorsement." 2. Add paragraph 3 to read as follows: Under Section 7 -3 of the Standard Specifications, substitute the following limits for those shown: Comprehensive lia- bility, combined single limit for bodily injury and property damage. Each occurrence: $500,000 Aggregate protective: $500,000 Aggregate products: $1,000,000 Aggregate contractural: $500,000 This policy shall include the following coverages: a. Contractural or assumed liability relating to contract(s) between the named insured and the endorsement holder named above. b. Owned, hired and non -owned automobiles. c. Contractor's protective liability (when insured engages subcontractors). d. Products liability or completed operations. e. Explosion and underground hazards (when applicable). f. Personal injury hazards. g. Broad form property damage. Please show the date of receipt of this addendum on the proposal or insert a copy with your proposal. Benjamin B. Nolan Public Works Director Date of receipt: March 12, 1979 S /Lorenzo C. Miller, Owner CONT CT R S SIGNATURT 0 CITY OF NEWPORT BEACH Contract No. Special Endorsement No. E In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TO SPECIAL PROVISIONS FOR NEWPORT PIER RAMP RECONSTRUCTION CONTRACT NO. 2072 Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . 1 II. SCHEDULE AND COMPLETION OF WORK . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. LIABILITY INSURANCE . . . . . . . . . . . . . . . . . . . . 1 V. PERMITS AND LICENSES . . . . . . . . . . . . . . . . . . . 2 VI. CONSTRUCTION SURVEY . . . . . . . . . . . . . . . . . . . . 2 VII. PEDESTRIAN ACCESS AND SAFETY . . . . . . . . . . . . . . . 2 VIII. STORAGE OF CONSTRUCTION MATERIALS . . . . . . . . . . . . . 2 IX. EQUIPMENT ON NEWPORT PIER . . . . . . . . . . . . . . . . . 2 X. PROTECTION OF EXISTING IMPROVEMENTS. . . . . . . . . . . . 2 XI. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . 2 XII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . 2 A. Carpentry . . . . . . . . . . . . . . . . . . . . . . . 2 1. General . . . . . . . . . . . . . . . . . . . . . . 2 2. Rough Carpentry . . . . . . . . . . . . . . . . . . 3 B. Electrical System . . . . . . . . . . . . . . . . . . . 5 • • SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECYA..PROVISIONS NEWPORT PIER RAMP RECONSTRUCTION 1978 -79 CONTRACT NO. 2072 I. SCOPE OF WORK The work to be done under this contract consists of furnishing all labor, equip- ment, transportation, material, and services necessary to remove the existing ramp and landing and to construct the new ramp, landing, lighting system and provide for hoist relocation. The contract requires completion of all work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. H -5087- S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the "Standard Specifications for Public Works Construction," 1976 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased from the Public Works Department at a cost of $5. II. SCHEDULE AND COMPLETION OF WORK 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 start- ing work. III. PAYMENT The lump sum price bid for the work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals neces- sary 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 lump sum price bid. IV. LIABILITY INSURANCE 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 in- surance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. The contractor will be required to show evidence of Longshoremen's and Harbor Workers' Insurance coverage in addition to the above required insurance. 0 V. PERMITS AND LICENSES 0 SP2of5 The contractor shall obtain and have in effect a valid City of Newport Beach busi- ness license. VI. CONSTRUCTION SURVEY The contractor shall provide for his survey layout requirements at no cost to the City. VII. PEDESTRIAN ACCESS AND SAFETY The contractor shall provide barricades and appropriate signing to restrict pedes- trian access to the ramp area during construction. Access to the concession area by pedestrians and service vehicles shall be open at all times. VIII. STORAGE OF CONSTRUCTION MATERIALS The contractor may use a portion of the pier deck as a storage area for materials and equipment. The area shall be securely fenced and locked when not in use. IX. EQUIPMENT ON NEWPORT PIER It shall be the responsibility of the contractor to determine the equipment loads or wheel loading which can be safely placed on the pier during construction and to provide timber mats or other means of distributing equipment loads adequately. Any damage done by the contractor to the existing structure shall be repaired at his expense. X. PROTECTION OF EXISTING IMPROVEMENTS The contractor shall protect in place all utility conduits attached to the pier structure. XI. GUARANTEE The contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects what- soever. Any such defects shall be repaired at the contractor's expense. XII. CONSTRUCTION DETAILS A. Carpentry 1. General a. Scope: This contract shall include furnishing of all materials and labor to do all carpentry as required on the plans and as herein specified; including installation of nailers, inserts, decking, beams, marine appurtenances and guardrails and connection of beams to piles. b. Supervision: Perform carpentry work under direction of a capable experienced foreman. Cooperate with subcontractors to assure overall completion without delay to job progress Carefully plan and lay out work of construction. . • SP3of5 Protection: Protect work of this section from damage of any kind as well work of other trades in performance of work of this section. Make good and repair all such damage that may be done during the construction of the improvements and leave the work in first class condition without exception. Verification of Conditions: Verify all dimensions at the job, expe- cially locations of concrete pilings, prior to deck construction. Contractor shall acquaint himself with work of all other crafts whose work abuts, adjoins, or is in any manner affected by work of this section. He shall consult with drawings and others, and shall expedite and coordinate materials and labor with them to avoid omissions and delays. Rough Carpentry Layout: Contractor shall acquaint himself with the drawings, specifications and requirements of other work which may affect this work. He shall cooperate in every possible way with the mechanics of other trades. He shall direct the location of all grounds, open- ings, blocking, etc., for the reception of his work, or otherwise he will be held responsible for any alterations required. He shall make ample preparation in consultations with other crafts to the end that work shall be properly expedited. Notching: Under this section, have skilled mechanics do notching and framing of wooden members required to accommodate structural members, routing of piping, conduit, ducts, and installation of mechanical, electrical or other apparatus or equipment. Notching must be approved by the Engineer. c. Framing: Provide necessary shoring, bracing, or temporary struc- tural units required to properly and safely construct framing indicated and respective positions; securely nail, spike, lag screw, or bolt together as indicated, specified or required. d. Grading: All materials shall bear the official trademark and grade of association under whose rules it was graded. Moisture con- tent at the time of delivery to the job shall be 19% or less. Materials shall be so delivered, piled and handled on the work as to maintain identification. Preservative Treated Lumber: All lumber shall be pressure - processed in accordance with the specification for treatment of and the stan- dards of the American Wood Preservers' Association and the supplier. The preservative used shall be ACA or CCA meeting the requirements of Sections 2 and 3 of AWPA Standard P -5, "Standards for Water -Borne Preservatives." The pressure treatment shall be conducted in accordance with AWPA Standard C -2 (Lumber, Timber, etc.). x � F 0 SP4of5 Penetration of ACA or CCA shall be determined using the penta check method, Section 5, AWPA Standard A -3. Minimum retention shall be 1.00 p.c.f. by assay. When sawing or drilling is necessary after plant treatment, the cut surfaces shall be thoroughly brushed with two coats of the same kind of preservative in conformance with AWPA Specification M -4. The maximum protection requirement specified therein shall be met in all instances. f. Rough Hardware: (1) Nails: Provide nails of type and size as indicated on drawings for framing. All nails shall be hot - dipped galvanized. (2) Bolts, Lag Screws and Washers: ASTM A307, galvanized. (3) Stock Framing Connectors: Connectors shall be "Simpson ", or equal, of the types indicated or required, galvanized, or stain- less steel. Use galvanized nails furnished by manufacturer of anchors used. Fully drive nails in all holes in anchors. g. Construction: (1) Nailing: Conform to nailing requirements indicated on Structural Drawings. (2) Spacing and Drilling: Drive nails no closer than one -half their length nor closer to edge of timber than one - quarter their length. To prevent splitting, bore all holes for nails or spikes of 20 penny or larger in size. Diameter of hole shall be slightly smaller than diameter of nail or spike. (3) Lag Screws: Place lag screws by screwing; do not drive into place. I.nstall screws with embedment of not less than 8 diam- eters. Provide standard malleable iron or steel plate washers under head. In placing lag screws in wood, bore a hole of same diameter and depth as shank. For threaded portion of screw, bore hole with a bit not larger than base of thread. (4) Bolts: Sizes and spacings shall be as indicated on the plans. There shall be at least 2 bolts per piece, with washers under nuts. All bolts through wood shall have holes drilled with the same nominal diameter bits (1/16" larger). Holes through steel shall be 1/32" larger. Bolts in wood shall have an end distance of 7 diameters for parallel -to -grain loads and 4 diameters for perpendicular-to - grain loads. Edge distance shall be 1 -1/2 diameters for parallel - to -grain and 4 diameters for perpendicular -to- grain. Spacing between bolts shall be 4 diameters. _ i • k 0 0 SP5of5 All bolts shall be retightened on completion of the construction. B. Electrical System All electrical work is shown schematically on the Plans. Said work shall be constructed in accordance with the Plans and Specifications contained thereon. The intent of these Plans and Specifications is to provide a complete electri- cal system ready for use. Full payment for furnishing all materials and constructing the electrical system complete in place in accordance with the Plans and Specifications shall be on the basis of the lump sum bid and no additional compensation will be allowed therefor. 1 r � = "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 undertake self- insurance before commencing any of the work." ., rj ', 'I '�7 Date Sign ture • LI "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 undertake self - insurance before commencing any of the work." r41 3, 1979 f� Date Sign ture 0 0 CITY OF NEWPORT BEACH Contract No. 2172 Special Endorsement No. TO FOLLOW... In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS ENDORSEMENT j ATTACHES COMPREHENSIVE GENERAL LIABILITY : AUTOMOBILE LIABILITY EFFECTIVE DATE OF POLICY POLICY LIMITS OF INSURANCE ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY B.I:$500 /$1,000,000. AETNA CASUALTY 4 -6 -79 59GL0210CCA 8 -31 -78/79 P.D:$100,000. &SURETY.COMPANY 4 -6 -79 59FC0043CMA 8 -31 -78/79 $500,OOO.C.S.L. AETNA C & S " This endorsement is effective APRIL 6, , 19 79 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER JAY & RENFRO INSURANCE BROKERS Address 333 NORTH NEWPORT BLVD., a NEWPORIJ„dE.ICH„ CA 92663 sentative IMPORTANT: This is the only evidence of insurance acceptable th the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 NAME AND ADDRESS OF AGENCY JAY & RENFRO COMPANIES AFFORDING COVERAGES P.O. BOX 1607 - - 333 NORTH NEWPORT BOULEVARD COMPANY NEWPORT LcAl..ia_ CAEF0:NiA 92663 LETTER A -A ETNA C—R (714) 645- 5000 LETTER "LETTER Y B MOTOR VEHICLE INSURANCE COMPANY NAM.F AND ACOREBS OF INSURED COMPR ANY C ALASKA PACIFIC ASSURANCE COMPANY EttE LOREHZO C. MILLER DBA: SUBMARINE ENGINEERING ASSOCIATES CUM,.,,, EIIEP D 504 -31ST STREET - -- NEWPORT BEACH, CALIF. 92663 LETTER "Y E This is to certify that policies of insurance listed below have been issued to the Insured named above and are in force a' this time. Limits of liability in Thousands (000) COMPANY LETTER TYPE OF WSURANCE POLICY NUMBER PoueY EXPIRATION DATE ___ EACH AGGREGATE OCCURRFNCE GENERAL LIABILITY BODILY INJURY s 500, $1,000, A Y`!fpq - OMPREHENSIVE FORM 59 GL 0210 CCA 8 -31 -79 100, 100, ❑PEEKSES — OPERATIONS PRCIPERIYDAMAGF $ s El EXPLOSION AND COLLAPSE HAZARD ElUNDEEtGRDtINp HAZARD PRODUCTS /COMPLETED OPERATIONS HAZARD CONTRACTUAL INSURANCE BODILY INJURY AND PROPERTY DAMAGE s ( % BROAD FORM PROPERTY COMBINED INDEPENDENT CONTRAG TOR' PERSONAL INJURY I PFR =ONAL INJURY $ BODILYINJURY $ AUTOMOBILE LIABILITY (EACH PFRSON) A X9 COMPREHENSIVE FORM 59 FD 0043 CMA 8 -31 -79 eODRY INJURY $ ❑ (EACH ACC)DENT) OWNED HIRED PROPERTY DAMAGE s — — —._ NON -0WNiD BODILY INJURY AND ' RII $ 500 COMBINED _ , COMBINED EXCESS LIABILITY �� j BDD:�r IN:rsly AND MOMBRELLA FORM MX 04 36 29 8 -31 -79 1 PwOPERirDAMAGE $1,000, $ B ❑ OTHER THAN UMBRELLA Ci)M BINr:i FORM WORKERS'COMPENSATION }178- 83175 -0 }133 } }- 23 -79� STATUTORY $ 100, C and INCLUDING U.S.L. & H. COV1fRAGE EMPLOYERS' LIABILITY -- - OTHER DESCRIPTION OF OPERATIONS.'LOCATIONSNEHICLES Notwithstanding any requirement, term, or condition of any contract or other documents with respect to which this certifi- cate of insurance may be concerned or may pertain, the in- AS RESPECTS CONTRACT #2072 surance afforded by this portion described herein; it is subject _ to all the terms, exclusions and conditions of such policies. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing Com- pany will endeavor to mail ._36 days written notice to the below named certificate holder, but failure to mall such notice shall impose no obligation or liability of any kind upon the cornpany. NAME AND ADDRESS OF CERTIFICATE HOLDER. MR. STEVE BUCKN41 j LA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 330 NEWPO�T BEACHgLGALIF. 92663 ACORD 25 (Ed. 11 77) QC®Ira - . • ' .. NAME AND ADDRESS OF AGENCY JAY R RENFRO COMPANIES AFFORDING COVERAGES P.O. BOX 1607 - - - - -- -- 333 NORTH NEWPORT BOULEVARD COMPANY A LETTER AETNA CASIIAI TV R WPFTV rOMPanN NEWPORT BEACH, CALIFORNIA 92663 § 17141 645.9000 ""Ea "Y B MOTOR VEHICLE INSURANCE COMPANY NAME AND ADDRESS OF INSURfO _ � _IT ANY ■ CO ALASKA PACIFIC ASSURANCE COMPANY LORENZO C. MILLER DBA: SUBMARINE ENGINEERING ASSOCIATES rICEOTI R Y L 504 -31ST STREET BEACH, CALIF. 92663 NYNEWPORT R - — This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this tirne. Limits of Liability in T_housan s_(_OOOj CON!PANV LETTER `YPEOFINSIURANCE POLICY POUCYNUMBER PXF!RATION DATE EACH- AGGRFGnTE OCCVRRCNCE k �® GENERAL LIABILITY ^i BODILY INJURY 8 .500. $1,000, A COMPREHENSIVE FORM i 59 GL 0210 CCA 8 -31 -79 100, 1 ❑PREMISES — OPERATIONS PROPERTY DAMAGE $ ❑ EXPLOSION AND COU APSE I I - HAZARD —J . -`- UNDERGROUND HAZARD PRODURCA>TSONtiMHAZARU 1 CONTRACTUAL INSURANCE BODILYINJURYAND PROPERTY DAMAGE t I $ BROAD FORM PROPERTY COMBINED DAMAGE i INDEPENDENT CONE FACTORS I _� PL RSONAI INJURY $ PERSONAL INAVR� AUTOMOBILE LIABILITY BODILY INn.JR> s - A _OMPRcHENSIVE FORM 59 FD 0043 CMA 8 -31 -79 (EACH PERSON, BODILY INJURY a Ov;NTO I (EACH ACCIDENT'S _. .� HARED PROPERTY 0AMAG[ $ ❑ BDDILE INJURY AND NONiJYW EO I PROPERTY DAMAGE $ PP, SDD, EXCESS LIABILITY DC1,15RELLA faOOILr,NnJRY AND $ rORM MX 04 36 29 8 -31 -79 PROEN ?Y DAMAGE 000, ' B EJ OTHERTHAN VMBRELLA I , COMRINED FORM --�� wORKERS'COMPENSATION 1178- 83175 -01133 `i 11 -23 -79 S ArUTORY ...- and INCLUDING U.S.L. & H. COV RAGE ° 100, EMPLOYERS' LIABILITY OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNf:HlCLES Notwithstanding any requirement, term, or condition of any contract or other documents with respect to which this certifi- cate of insurance may be concerned or may pertain, the in- AS RESPECTS rCONTRACT #2072 surance afforded by this portion described herein; it is subject _ to all the terms, exclusions and conditions of such policies. Cancellation: Should any Of_heabove described policies be cancelled before the expiration date thereof. the Issuing com- pany will endeavor to mail 3_ days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER MR. STEVE BUCKNAM CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORTWBNH, RLIF. 92663 25 (Ed. 11 77) DATE IssuEO___ 4-4-79/bs_.._ v I AUT ORI O REPREgENYATIVE JAY & RENFRO a G315 This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless otherwise stated herein. (The following information is required only whaetkis endorsement is issued subsequent to preparation of policy.) Endorsement effective 4 -4 -79 PnlicyNo. 59:%-.0210 CCA Endorsement No. 14 Named insured SUBMARINE ENGINEERING ASSOCIATES �r Countersigned byr. , (Authe' rte Represe five) JAY & RENFRO This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following. COMPREHENSIVE GENERAL LIABILITY INSURANCE MANUFACTURERS AND CONTRACTORS LIABILITY INSURANCE ADDITIONAL INSURED (Owners or Lessees) It is agreed that: 1. The "Persons Insured" provision is amended to include as an insured the person or organization named below but only with respect to liability arising out of operations performed for such insured by or on behalf of the named insured. 2. The applicable limit of the company's liability for the insurance afforded under the Contractual Liability Insurance Coverage Part forming a part of this policy shall be reduced by any amount paid as damages under this endorsement on behalf of the person or organization named below. Name of Person or Organization (Additional Insured) 4- 4 -79 /bs 6115 (Ed. 1 -13) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. NEWPORT BEACH, CALIF. 92663 NAME AND ADDRESS OF AGENCY JAY & . RENFRO j P.O. BOX 1607 NEWPORT BEACH, CALIFORNIA 92663 (714) 546 -9000 (714) 645 -9000 NAME AND ADDRESS OF INSURED LORENZO C. MILLER DBA: n SUBMARINE'ENGINEERING ASSOCIATES0�� 504 - 31ST STREET NEWPORT BEACH, CA 92663 COMPANIES AFFORDING COVERAGES :°TMree Y A AETNA CASUALTY & SURETY COMPANY . COMPANY B MOTOR VEHICLE INSURANCE COMPANY T „k"'° C ALASKA PACIFIC ASSURANCE COMPANY COMPANY l!'IF -® — P. COMPANY E - -- LETTER This is to certify that policies otinsurance listed below have been issued to the:!nsured named above and are in force at this time. Limns of Liabllrt m Thcusands (000) COMPANY l FO 'CY -- Y ...__ LCTTER TYPE OF IN RAN i POIIC}NU H. �:r DATE AGGREGATE 1 .I R1?rhl`F I GENERAL LIABILITY —� 9cr1 Y INJURY $ 5 , A I� 500, 1 000, so ^.+PRL- <_ ^s +vcFOR•, 59 GL 021Q CCA 18 -31 -79 ' ❑ PREMIS ES O'ERA 110 VS nRgor RIVCAM 4C( $ $ LaP_ue.oN ANO :.;oLLnr: <E j 100, 1� IIanRC LINq *RGROLINLI 100, ... dJ IT: DESCRIPTION OF OPERATIONS;LOCATIONSNEHICLES Notwithstanding any requirement, term or condition of any contract or other document with respect to which the certif- icate is issued. The insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. i "ALL OPERATIONS" Cancellation: Should any of the above described polices Carly will endeavor to mail 10_ days wr mail such notice shall impose no obligation) NAME AND AD!JIIFS$OF CERi1FICAii. HOU)ER: ' CITY OF NEWPORT BEACH, CALIFOR.. CITY HALL 3300 W. NEWPORT BLVD., NEWPORT BEACH, CA 92663 F I ��Ir� expiration date thereof. the issuing cam - Ice to thpe named certificate holder. but *allure to r6 he company. WORKS `= N,IA APR 9 kgTrl�l,:, G;TYI OF NEPiPORV BEACH, Cnlil APRIL 24, 1979 JAY ❑ Lpcyuclo Caw LIE(; )PE A�101 H IARr L II.L! NAIRI N; I ❑ t + P:CT0 INSURANC( I 8 0 FR+I FR(lF'aly !h(r Fi IAf ... C+M9N .. $ 1 CAA " :. {; i❑ Iwl LFL`4cF CON1R1l113RcI J+ ) I ❑r'FRS(lN+:! 'Jup I . "..:.,,.c'. pIURN 5 A HF N`:Il: LIP— i 59 FD 0043 CMA 8 -31 -79 {A' i❑ r <<; �: F El 500, � EXCESS LIABILITY B wMeRELLA FAR ^< MU 04 22 09 8 -31 -79 PROW; f<DAM:.Oc !' 1 ' A OTHIIr > tA+ti UMBRfs.IA rl:At + "Nr;; .,. ,000, :Ok M WORKERS' jOMdPENSATIONj 111 C 1178 - 83175 -01133 -23 -79 EMPLOYERSLIABILITY U.S.L. &H. COVERAGE $ +;INCLUDING 07HERI_,.— _......____ , 100, ... dJ IT: DESCRIPTION OF OPERATIONS;LOCATIONSNEHICLES Notwithstanding any requirement, term or condition of any contract or other document with respect to which the certif- icate is issued. The insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. i "ALL OPERATIONS" Cancellation: Should any of the above described polices Carly will endeavor to mail 10_ days wr mail such notice shall impose no obligation) NAME AND AD!JIIFS$OF CERi1FICAii. HOU)ER: ' CITY OF NEWPORT BEACH, CALIFOR.. CITY HALL 3300 W. NEWPORT BLVD., NEWPORT BEACH, CA 92663 F I ��Ir� expiration date thereof. the issuing cam - Ice to thpe named certificate holder. but *allure to r6 he company. WORKS `= N,IA APR 9 kgTrl�l,:, G;TYI OF NEPiPORV BEACH, Cnlil APRIL 24, 1979 JAY 0 RESOLUTION NO. Q "" i 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO SUBMARINE ENGINEERING ASSOCIATES IN CONNECTION WITH THE NEWPORT PIER RAMP RECONSTRUCTION (C -2072) WHEREAS, pursuant to the notice inviting bids for work in connection with the Newport Pier ramp reconstruction, in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of March 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is SUBMARINE ENGINEERING ASSOCIATES, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of SUBMARINE ENGINEERING ASSOCIATES in the amount of $17,525.00 in connection with the Newport Pier ramp reconstruction 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 26th day of March , 1979. r ATTEST: ity Clerk DDO /kb 3/19/79 to O I ..' M. n -i 01 © 0 --q r- < 0 (A W ��01� I 4p ZI CN cr I ..' M. n -i 01 © 0 --q r- < 0 (A W ��01� I O > (A hil I t -1 I -LL I r-1 1 C j LjIT, , -6N > II > (A hil I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR NEWPORT PIER RAMP RECONSTRUCTION 1978 -79 CONTRACT NO. 2072 SUBMITTED BY: Submarine Engineerinq Associates Contractor 504 - 31st St. Address Approved by the City Council this 26th day of February, 1979. Newport Beach CA 92663 1 City State Zip b- City Clerk 673 -5577 Telephone No. 517,575.00 Total Bid Price i • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT PIER RAMP RECONSTRUCTION CONTRACT NO. 2072 MOT "Ifil To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1 of 1 The undersigned declares that he has carefully examined the location of the work, has exam- ined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all of the work required to complete Contract No. 2072 in accordance with the City of Newport Beach Drawing No. H- 5087 -S, the City's Standard Special Provisions, Drawings, Specifications, and these Special Provisions, and that he will take in full payment therefor the following unit prices for each completed item of work in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Remove existing ramp and platform and replace ramp and platform and install appurtenances as shown on the plans. Seventeen thousand, five hundrr,.d Seventy five, @ Dollars and and no Cents $ TOTAL PRICE FOR ITEM 1 WRITTEN IN WORDS AND FIGURES: Ssysntwnn thousand, five hundred seventy fv,YDollars ..nt and end noCents CONTRACTOR'S LICENSE N0. 17,575,;!: $ 1 "r', 575.1]) cnRr. ?. ^^ °',GSpCi P t [:c (Bidder's Name) . 7 Author' ed Signature Lnr­zo '�.1.'; -•r. • n,r CONTRACTOR'S ADDRESS 4 - 51st .,treat, e;;4 nr t death, TELEPHONE NO. X73 -r,F7 i 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. 251985 Classification A Accompanying this proposal is bid bond. (Cash, Certified Check, Cas ier 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 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. 673 -5577 Phone Number March 15 1979 e Submarine Engineering Associates Bidder's Name y r— Q -0/W (SEAL) luthorijfd Signatur€ Lorenzo C. Niller, Ginner Authorized Signature Individual 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: 0 DESIGNATION OF SUBCONTRACTORS Page 3 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. /VONAr 2. 3. 6. 7. 8. 9. 1 11 12 Bidder's Name Authorized Signature. 77VQ1►' /D0� Type of Organization (Individual, Co- partnership or Corp.) Address 0 0 r. Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL * *SEE ATTACHED ** `. KNOW ALL MEN BY THESE PRESENTS, Submarine Engineering Associates That we, 9 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Newport Pier Ramp Reconstruction, Contract # 2072 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 became 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 15th day of March 19 79 Corporate Seal (If Corporation) r 14 —Pr inc' Lorenzo C. miller, Owner (Attach acknowledgement of Attorney -in -Fact Surety BY J Ll f BALBOA INSURANCE COMPANY SBG# 0900 94631 026 62 Bond# L05- 032831 -7 PROPOSAL BOND KNOW ALL MEN BY THESE PRESENTS, That we, .._...... .___.. -Submarine inppri F.nana ._. --- o------- o— A3SIIC3.S.t8S—----- -._..__._ ..._._.._ _... .. . as Principal, and the BALBOA INSURANCE COMPANY, a corporation under the laws of the State of California, as Surety, are held and firmly bound unto _ M tv of Npwnnrt Beach.. -..... . _..._....____ .__.._._... ..(hereinafter called the obligee) Ten percent not to exceed in the full and just sum of __ -.Zwo Tbnacattd Ri y—e—R ndr- e.d-,,, mz,41QWllars, (5 for the payment whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors, successors and assigns, jointly and severely, firmly by these presents. WHEREAS, the said PRINCIPAL has submitted the accompanying bid for _.....March 15_P1979 Newport Pier Ramp Construction NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and Sealed this }7 day of _ -..__ March 19 _79 Submarine Engineering Associates PRI PAL s A OA IN CE COMPANY By A ORNEY -IN -FACT A. E. Lee ILOOIE674 B —B z STATE OF Cal ifornia ) ss: County of Orange ) On this day of 143=h 19--!9— before me Patricia S. Pascual a Notary Public in and for the said 1 County of;, Orange State of California residing therein, duly commissioned and sworn, personally appeared A. E. Lee known to me to be the Attorney -in -Fact of the Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me um-s .mm,m'tl ,r that l s YPt� rNrr�rRCIA,d SFAL Aga Insurance Company thereto and his own name asAttorney -in -Fact, � ? FFICIAL SEAL ' 'munnxr p -� FP,FRlvl; S. PASCUAL 0 ARY.'e'da'-IC CALIFORNIA u s FRtNC 4.ai. CE N _ Notary Public in and for the County of ORAIVC_cc;GGUNrY MY Commission Expires April 27, 1982 �Trlxlllllrl ,rtlmrN,mIXINryrrllpl,Npm mxmm�mm.mnmNm,numw,mmr rrxNNni Or`� Q'� ,!state of Cal if ornia Loozzar s b -b' BOA INSURANCE COMPANY, 620 NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660 GENERAL POWER OF ATTORNEY . —.4 ..! GPA 2126 NUMBER VALID ONLY IF IN RED Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing under the. laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by these presents make, constitute and a000int of Anaheim and State of California its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver Contract Bonds (S.B.A. Guarantee Agreement) — $200,000.00; License & Permit Bonds — $50,000.00; Miscellaneous — $50,000.00; POWER OF ••+I TERMMTE AND BE and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962. "Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." NSURINCE In Witness Whereof, Balboa Ins cmttpaxl aused these presents to be siggned by its Executive Vice President and its corporate seal to be he� med this day of September A.D., f9 78 ' Incorporated — • — BALBOA Feb. 6, 1948 By- State of California �-� County of Orange } ss.. CAIIF0RNIp On this 14th day of September A.D., 19 78 , efore me personally came Jack M. Trapp to me known, who, being by me duly sworn, did depose and say, that he resides in Mission Viego, California that he is Executive Vice President of BALBOA INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company: and that he signed his named thereto by like order. ti I I I I I I I I I If I I I I PIN I I I I I I I I I I I I I I IN I IIIII N IIII If I NNNNNNN.NN IIIII 1111,11 N I IIIIIIn INN 11111111111110,1,, OFFICIAL SEAL RELAINE STEVENS a` Notary Public NOTARY PUCLIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE CCUNTY My Commission Expires July 16, 1979 Iinnnn1111n11111nn1111unI11mulunlnuuullunnunmm�111u1nuuuuuulnnnnunmlmmR 1, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect. And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed: "RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile signature and seal shall be valid and binding upon this Corporation." GIVEN under by hand and the seal of said Company, at Newport Beach, California, this 13 day of March , 199 829E672 Secretary - 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 a?fi'them has not directly or indirectly, entered into any arrangement or agree - ment wi 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/ day of MIA My commission expires: to Lorenzo C. Miller, Owner Submarine Engineerinq Associates 504 - 31st St., Newport Beach, CA 92663 Notary Pdbl1C OFFICIAL SEAL 0 DIANNA G. TORRENCE NOTARY PUBLIIC— CALIFORNIA �. PRINCIPAL OFFICE IN ORANGE COUNTY 4 My Commission Expires Sept. 21, 1962 r�H�N�N�H� HEN ♦O ♦ 1♦ ��N� Y r. t;. L ! 0' LORENZO C. MILLER dba SUBMARINE ENGINEERING ASSOCIATES BALANCE SHEET As of October 31, 1978 (Unaudited) ngc PIP q Current Assets Cash on hand in banks $ 9,987 Accounts receivable - trade (Note 5) 172,033 Work -in- progress (Note 6) 11,235 Prepaid insurance 8,109 Deposits - insurance (Note 7) 7,342 Deposits - other (Note 8) 2,511 Total Current Assets $211,217 Fixed Assets (Note 9) Machinery & equipment $106,810 Autos & trucks 2,729 Work boat 11,153 Leasehold improvements 10,270 Less: accumulated depreciation (44,159) Total Fixed Assets 86,803 Other Assets Deposits - insurance (Note 7) 11,875 TOTAL ASSETS $3091895 The accompanying letter and notes are an integral part of these statements. • i 0 • Page 7 i 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. 1976 City of San Clemente Ray Kruzona 714 - 492 -5101 1979 City of Newport Beach Steve Bucknam 714 -640 -2281 1978 Malibu Pier Corporation Jeff Huber 213 - 455 -8030 1978 City of Redondo 3each Ben Hobbs Current Southern California Edison Joe 3ankovich San Onofre Nuclear Generatinq Station 213- 372 -1171 714 - 492 -7700 1977 City of Newport Beach Steve Bucknam 714 - 640 -2281 1976 City of San Clemente Ray Kruzona 714- 492 -5101 1977 L.onq Beach Naval Shipyard Contract Officer 213 547 -6856 CITY OF NEWPORT BEACH . + • PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR NEWPORT PIER RAMP RECONSTRUCTION. CONTRACT NO. 2072 ADDENDUM N0. 1 NOTICE TO BIDDERS Please be advised that the wording in the Notice Inviting Bids and in the Special Provision has been revised to read as follows: NOTICE INVITING BIDS On page la revise paragraph 3 to read: A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The success- ful low bidder will be required to complete this form upon award of contract. (A sample form is attached for reference.) SPECIAL PROVISIONS IV. LIABILITY INSURANCE 1. In paragraph 1, remove the wording standard "Certificate of Insurance for Contract work for City" and insert "City of Newport Beach Special Endorsement." A sample of the Special Endorsement is attached to this addendum. Delete the words "Certificate of Insurance" in sentence two and insert the word "Endorsement." 2. Add paragraph 3 to read as follows: Under Section 7 -3 of the Standard Specifications, substitute the following limits for those shown: Comprehensive lia- bility, combined single limit for bodily injury and property damage. Each occurrence: $500,000 Aggregate protective: $500,000 Aggregate products: $1,000,000 Aggregate contractural: $500,000 This policy shall include the following coverages: a. Contractural or assumed liability relating to contract(s) between the named insured and the endorsement holder named above. b. Owned, hired and non -owned automobiles. c. Contractor's protective liability (when insured engages subcontractors). d. Products liability or completed operations. e. Explosion and underground hazards (when applicable). f. Personal injury hazards. g. Broad form property damage. Please show the date of receipt of this addendum on the proposal or insert a copy with your proposal. � Benjamin B. Nolan Public Works Director Date of receipt: :`:arch 12, 1979 r CONTRPMTbR`S SIGNATURE —� Lorenzo C. lMiller, Qwner