HomeMy WebLinkAboutC-2456 - Newport & Balboa Ocean Piers Miscellaneous Repair 1984-85.......... _
UNITED BROTHERHOOD OF CARPENTERS ANDJOIN'ERS OF AMERICA
B'i THE Zi-F; CaUNCIL
COUNCIL x�9A
CITY OF NEWPORT BEACH
OCT 221984
LOCAL UNION No. 2375 728 LAGOON AVENUE
WILMINGTON, CALIFORNIA 90744 -5499
7� > 1 PILE DRIVERS, BRIDGE, WHARF AND DOCK CARPENTERS,
B 6. (1; �r
� ��iELDERS, RIG - BUILDERS, DRILLERS AND ROTARY HELPERS, � � / �7 ++t..yyy eso -ssoo
=r'" E- MARINE DIVERS AND TENDERS
October 11, 1984 ®e® 23 A
City of Newport Beach
ATTN: Wanda Anderson
3300 Newport Boulevard
Newport Beach, California 92663
Dear Madam:
It has come to our attention that work has begun on the Newport And__$ Ocean
. .
Piers, Eon�$ct fio. ,<. C- 2�i56,*in which Art Broman was the successful bidder.
Labor Code of California Section 1771. provides that the prevailing wage rate
is to be paid to workmen employed on public works projects. Since this is a
publicly funded job and prevailing wage rates apply I would appreciate an investi-
gation into the payroll practices of this firm.
I would also like to view the Certified Payroll of Art Braman, 1111 Obispo Ave.,
Long Beach, Ca. 90804. I am making this request for Certified Payroll in accordance
with Labor Code Section 1776., which states that the contractor has ten (10) days
in which to furnish your Agency, after you request same, a Certified Payroll for the
above named project.
Would you please inform me at this office as to when the Certified Payroll will
be available for our inspection.
Also, this contractor is in violation of Labor Code Section 1777.5, with regards
to the employment of apprentices on public works and is subject to the provisions of
Section 3081 and the enforcement of Section 1777.7.
I would hope that you would conduct an investigation into the activities of
Art Braman and I would appreciate a response to this letter at your earliest possible
convenience.
Yours truly,
MICHAEL W. SCHWAB
Business Manager
MWS:cm
opeiu#30
afl -cio
Date
COPIES SENT T0:
O Mayor
p CgdnCllmen
onager
❑ Attorney
0 6!dg. Dir.
cl GdnS°ry Dir.
❑IP.BRDir.
L7 Pianoing Dir.
[i P 06 Chief
akf.W. Dir
U Other
,ol
Ns Angeles County Carplktry
Joint Apprenticeship and Training Committee
10015 ROSE HILLS ROAD, WHITTIER. CALIFORNIA 90601
(213) 699 -0419 r t'y ' � '" CENDA
6��:'siu �ii Ativ
October 12, 1984
City of Newport Beach
ATT: Wanda Anderson
3300 Newport Blvd.
Newport Beach, CA 92663
Ref: Inquiry as to the status of awarding of bid and compliance with 1777.5 of
the California State Labor Code.
It has come to our attention that the contract for the work to be done on:
PUBLIC WORKS CONTRACT NO. - C -2456
JDB SITE LOCATION - Newport and Balboa Ocean Piers
CONTRACTOR - Art Broman, 1111 Obispo Ave., Long Beach, CA 90804
AMOUNT OF AWARD - $77,099.00 STARTING DATE - 09/24/84
Inquiry is hereby made as to whether or not there is evidence to substantiate
subjects bidding award in light of the fact that this employer is not a parti-
cipant in the Apprenticeship Training Funds approved by the Apprenticeship
Standards in this area.
We would appreciate a response to this inquiry, in regards to the mandate 1777.5
of the California Labor Code, at your earliest convenience.
SinC rely' l/ j
t%/ y r�w'ti/�^I
T omas L. enson
Secretary
Date / //
TLB /cl $ $ENTM
opeiu#30 F,a Or
aft -cio 0 uncllmen
a0er
cc: Division of Apprenticeship Standards - Edward Mitchell tiorney
L.A., Cty., Bldg., Trades Council - Ron Kennedy 0 Dir.
L.A., Cty., Bldg., Trades Council - Art Lujan 0 Gen anSary Dir.
} -d & R Di.
Carpenters Local Union # 2375 0 ply 11nq Dir.
p P ice Chief
W. Dir
0 Other
5�
2fi
. 'S
CITY OF NEWPORT BEACH
July 25, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Art Broman General Engineering Contractor
1111 Obispo Ave.
Long Beach, CA 90804
Subject: Surety: Fremont Indemnity Company
Bonds No.: B218096
Contract No.: C -2456
Project: Newport and Balboa Ocean Piers Miscellaneous Repairs
The City Council on June 24, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on July 1, 1985,
Reference No. 85- 242376. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
t
s•
Wanda E. R gio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
RECORDINU
REQUESTED BY
PLEASE RETURN TO- pt ,e dinp,equmW r .-
City Clerk ��rt C�?� .w«,�.��ee,� �3i
City Newport Newp d. ch ffCM7:T] �� RECORDED IN OFFICIAL RECORIIS
Newport Newport Blvd. OF ORANGE COUNTY CALIFORNIA
Newport Beach, CA 92663 -3884
NOTICF. OF COMPLETION -j( $0 PM A 1'85
NO COM°SICEIIATION PUBLIC WORKS ,may Q yi � COUNTYq
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 24, 1985 _
the Public.Works project consisting of Newport and Balboa Ocean Piers Miscellaneous
Repairs (C -2456)
on which Art Broman General Engineering Contractor, 1111 Obispo Ave., Long Beach, CA 90804
was the contractor, and Fremont Indemnity Company, 111 Maritime Plaza, Suite 270,
was the surety, was completed. San Francisco, CA 94111
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
fiUA�lA.oN L!L .
ublic Works Director
I am the Public Works Director of the City of Newport
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true
1� /Z>, Y NEPIpeplRT BEA
CAC IF. CJI
JUL 25 195.
�khert���'�f8 ,
Executed on June 26, 1985 at Newport Beach, California.
Puorks 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 June 24, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 26, 1985 at Newport Beach, California.
City Clerk
•
•
•
TO: CITY COUNCIL
FROM: Public Works Department
0
June 24, 1985
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
CITY COUNCIL AGENDA
JUN 24 1935 ITEM NO. F -12
APPR(1WD
SUBJECT: ACCEPTANCE OF NEWPORT AND BALBOA OCEAN PIER MISCELLANEOUS REPAIRS
(C -2456)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to;fi eleas.tbe bands 3rr days;afEery
Notice ofLL Completion- bas- beea-- filed.
DISCUSSION:
The contract for miscellaneous repairs to the Newport and Balboa ocean
piers has been completed to the satisfaction of the Public Works Department.
The bid price was $77,099.00
Amount of unit price items constructed 76,023.00
Amount of change orders - --
Total Contract Cost $76,023.00
Funds were budgeted in the General Fund Account No. 02- 4197 -300.
The contractor is Art Broman of Long Beach, California.
The contract date of completion was December 12, 1984. The contractor
was not able to obtain the new piles until December 15, 1984. It was mutually
agreed that the work would not start until after January 1, 1985. The work was
a com letea by April 20, 1%985
• Benjamin B. Nolan
Public Works Director
GPD:jd
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
June 27, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
(714) 644 -3005
Attached for recordation is Notice of Completion of Public Works
project consisting of Newport and Balboa Ocean Pier Miscellaneous
Repairs, Contract No. 2456 on which Art Broman General Engineering
Contractor was the Contractor and Fremont Indemnity Company was
the Surety.
Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
P.LEAS9 RETURN T0: yyi"t Vp ;
City Clerk
City of Newp r Be ch
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
NOTICF. OF COMPI,ETION
OWN owl { PUBLIC WORKS
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 24, 1985
the Public Works project consisting of Newport and Balboa Ocean Piers Miscellaneous
Repairs
on which Art Broman
was the contractor, and
Fremont Indi
was the surety, was completed.
I, the undersigned, say:
ity Company, Ill Maritime Plaza
San Francisco, CA
VERIFICATION
CITY OF NEWPORT BEACH
aublic 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 June 26, 1985 at Newport Beach, California.
Public Iorks 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 June 24, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 26, 1985 at Newport Beach, California.
City Clerk
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
Public works
FROM: CITY CLERK
DATE: November 14, 1984
SUBJECT: Contract No. C -2456
Description of Contract Newport and Balboa Ocean Piers
Miscellaneous Repairs
Effective date of Contract October 29, 1984
Authorized by Minute Action, approved on October 9, 1984
Contract with Art Broman General Engineering Contractor
Address 1111 Obispo Avenue
Long Beach, CA 90804
Amount of Contract $77099.00
Wanda E. Andersen
City Clerk
WEA:lr
attach.
... /s72iartt e--
,// /Z/
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
October 26, 1984
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS, C -2456
Attached are four copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy and the
insurance certificates, and return the remaining copies to this
department.
ri1berttWWong
Project Engineer
GW:em
Att:
• •
"I am 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 accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract.
October 18, 1984 ):� j k, A � y o�
Date Signature
Art Broman General Engineering Contractor
Contractor
Newport and Balboa Ocean Piers Miscellaneous Repairs (C -2456)
A- LICENSE- CALIF. 318621 •ABT BQOMAN
GENERAL ENGINEERING CONTRACTOR
1111 OBISFO AVENVE
LONG BEACH. CALIF. 90009
12131 438 -6442
October 22, 1984
City of Newport Beach
Public Works Department
P.O. Box 1768
Newport Beach. CA 92663 -3884
Subject: Newport and Balboa Ocean Piers Miscellaneous Repairs
Contract No. 2456
Gentlemen:
The following is a list of personnel that will be working at the jobsite:
Art Broman
1111 Obispo Avenue
Long Beach, CA 90804
Brian Ferrick
12066 Paramount Blvd.
Downey, CA 90242
Angel Beltram
P.O. Box 232
Jacumba, CA 92034
Mark Lowe
3607 Palmas Ct.
Oceanside, CA 92056
John Mahoney
7360 McClaren
Canoga Park, CA 91307
Dean Cross
Box 9292
Long Beach, CA 90810
If additional personnel is employed at a later date will will submit names
and addresses at that time.
If "Outside Services" are used, names and addresses will be supplied.
Very truly yours,
Art Broman
AB /sm
NOTICE INVITING BIDS
CITY CLERK
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 A.M.
on the 27th day of September, 1984, at which time such bids
shall be opened and read for
ERS MISC
e
2456
Contract No.
$80,000
Engineer's Estimate
•
F
\�\\\;_.
Vi
Approved
this 10th d• of September, 1984.
Wanda E Ragglo
City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further,information, call Gilbert Wong at 640 -2281.
Project Engineer
r
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS
CONTRACT NO. 2456
NOTICE TO BIDDERS
Please be advised that the wording in the Proposal and Special Provisions has
been revised as follows:
PROPOSAL
Page PR 1.2 of the proposal [printed on white paper] has been superseded
to include an additional bid item No. 7, replacement of pile No. 6 of
bent No. 51 [see attached exhibit "A "]. The new proposal [including
pages PR 1.2 and 1.3 (printed on yellow paper)] shall be used for bidding
Contract No. 2456.
SPECIAL PROVISIONS
(a) Add the following paragraph to Section VIII, 2.d. [page SP 3 of 91
Driving Piles:
"The Contractor may replace pile No. 6, bent No. 51 through
the existing restaurant building. If this option is selected,
the restaurant may be closed for business during the period
of time needed for such replacement.
"At the Contractor's option, pile No. 6, bent No. 51 may be
placed from beside the restaurant building and jetted into
its proper plumb position under the pier. After cutoff
and final placement under the pile cap, the pile shall be
allowed to set for 24 hours before placement of the bear-
ing shims."
(b) Delete footnote on the bottom of page SP 6 of 9 of the Special
Provisions.
Please sign and date this addendum and attach it to your bid proposal.
Date , zp (9
ART BRYM�N
Qn4ractorg�neering SPp±pmber 27f 1984
Bidder's Name Date
S /Art Broman. Owner
Authorized Signature
' JMiNf
enjanTin B. Nolan
Public Works Director
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS
1984 -85
CONTRACT NO. 2456
PRDPOSAI
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663 -3884
Gentlemen:
PR 1.1
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro-
poses to furnish all materials and do all the work required to complete Contract No. C -2456
in accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Overhead, administration and mobiliza-
tion
THIRTY TWO THOUSAND TWO HUNDRED
@ THIRTY Dollars
and
NO Cents $ 32,230.00
Per Lump Sum
2. 512 Replace stringers
Board Feet
@ FOUR Dollars
and
FIFTY Cents $ 4.50 $ 2,304.00
Board Foot
3. 32 Replace hairpins
Each
@ THREE HUNDRED FIFTY SIX Dollars
and
NO Cents $ 356.00 $ 11,392.00
Per Each
4. 2 Provide and install pile clamps
Each
@ SEVEN HUNDRED FIFTY Dollars
and
NO Cents $ 750.00 $ 1,500.00
Per Each
}, ' • • PR 1 .2
ITEM QUANTITY ITEM DESCRIPTION UNIT T TAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5. Lump Sum Miscellaneous repairs per work
schedule
TWO THOUSAND THREE HUNDRED
@ EIGHTY FOUR Dollars
and
NO Cents
Per Lump Sum
6. 10 Piles Remove existing pile and furnish and
Each drive double treated Douglas fir piles
(finished length 60' to 79' long).
Includes removal and replacing con -
crete deck, timber planking, bracing,
hardware, and any other miscellaneous
appurtenances necessary to replace the
piles complete in place
@ TWO THOUSAND ONE HUNDRED FIFTY FOUFDollars
and
NO Cents
Per Each Pile
TOTAL PRICE (WITHOUT ADDITIONAL BID ITEM) WRITTEN IN WORDS:
SEVENTY ONE THOUSAND THREE HUNDRED FIFTY Dollars
and
NO Cents
ADDITIONAL BID ITEM
(to be bid by all Contractors: The City
of Newport Beach reserves the right to
delete bid item No. 7 in its entirety.)
7. 1 Pile Remove pile No. 6, bent No. 51 and
Each furnish and install double treated
Douglas fir pile (finished length
76' long). Includes removal and re-
placement of concrete deck timber plank-
ing, bracing, hardware, portions of res-
taurant building and its contents,
protection of the concessionaires equip-
ment, and any other costs necessary to
replace the pile complete in place
FIVE THOUSAND SEVEN HUNDRED
@ FORTY NINE Dollars
and
NO Cents
Per Each
$ 2,384.00
$ 2,154.00 $ 21,540.00
$ 71,350.00
$ 5,749.00 $ 5,749.00
j9eFA/T N0. 49
� a
/O'
I r C
eeAl;r "o. $ 2
/ r r
BENT .VO. 53
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NElN�ORT 101ER
H
DRAWN R6 DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. E'XyielT r�
l3'
.Qa9 /T
M
.SNOP
'
,BEA/T
NO. So
�I
N
o u —
20.6' To
<
I
EDSG o�
j EDGE
OF P /E2
Q I
k66 7AURRN7-
I{�
N
5ER(l T -0 OEGK 9= B
ABOVE R 6R)
/�iTc,vFn/
fD
d En/ r
J�/o• S/
h
Zo'
m
�5eaT1M6
I r C
eeAl;r "o. $ 2
/ r r
BENT .VO. 53
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
NElN�ORT 101ER
H
DRAWN R6 DATE
APPROVED
PUBLIC WORKS DIRECTOR
R.E. NO.
DRAWING NO. E'XyielT r�
Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL
INSTRUCTIONS TO BIDDERS
DESIGNATION OF SUBCONTRACTOR(S)
BIDDER'S BOND (sum not less than 10% of total bid price)
NON- COLLUSION AFFIDAVIT
STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per.diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
318621 Class A ART BROMAN GENERAL ENGINEERING CONTRACTOR
Contr's Li c. No. & Classification Bidder
September 27, 1984 S /Art Broman, Owner
Date Authorized Signature /Title
• • Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
1. NONE
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
ART BROMAN GENERAL ENGINEERING CONTRACTOR
Bidder
S /Art Broman, Owner
Authorized Signature /Title
FOR ORIGIN 0SEE CITY CLERK'S FILE COPY • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Art Braman General Engineering Contractor , as bidder,
and Fremont Indemnity Company
and firmly bound unto the City of Newport
Ten Percent of Total Bid
lawful money of the United States for the
to be made, we bind ourselves, jointly an
THE CONDITION OF THE FOREGOING OBLIGATION
, as Surety, are held
Beach, California, in the sum of
Dollars ($ 10% ),
payment of which sum well and truly
i severally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 2456
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day
of September , 1984.
(Attach acknowledgement of
Attorney -in -Fact)
Ruth M. Frey
Notary Public
Commission expires July 31, 1987
ART BROMAN GENERAL ENGINEERING CONTRACTOR
Bidder
S /Art Broman, Owner
Authorized Signature /Title
Fremont Indemnity Company
Surety
By John Arquilla
Title Attorney -in -Fart
Page 5
NON- COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
.11 'Am :t1u:I en 10411101
8.
S /Art Broman. Owner
Authorized Signature /Title
Subscribed and sworn to before me
this 26th day of September
1984 .
My commission expires:
April 10. 1987 S/RPtty A Scott
Notary Public
FOR ORIGINAL SEE CITY CLERK'S FILE COPY •
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
On file with City Clerk.
ART BROMAN GENERAL ENGINEERING CONTRACTOR
Bidder
S /Art Braman, Owner
Authorized Authoriied Signature it e
E
• Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
See attached experience record.
ART BROMAN GENERAL ENGINEERING CONTRACTOR
Bidder
S /Art Broman, Owner
Authorized Signature /Title
4UCENae C.wr. - 31862, •
• ART BROMAN
GENERAL ENGINEERING CONTRACTOR
1111 0018 •VENUC
LONG Ob1CN, CALIF. 90804
( 213) 436 -6442
ART BROMAN
PROFESSIONAL EXPERIENCE RECORD
1984
Diamond Pacific for The Department of The Navy - Demolition and Removal of
Sunken Pier Debris, Naval Amphibious Base, Coronado, CA.
$115,000.00
Stearns Wharf Company - Pier Extension of Stearns Wharf, Santa Barbara, CA.
$69,543.00
The City of Santa Barbara - Drive Piling and Replace Pile Caps, Stearns Wharf.
$41,055.00
1983
The Port of San Deigo - Derelict Vessel Removal, San Diego Bay
$250,000.00
County of Ventura - Replacement of Concret Piling, Channel Island Harbor
Fishing and Transit Docks
$72,000.00
City of Santa Barbara - Replacement of Piling, Wharf Repair b Protection
Stearns Wharf
$110,600.00
City of Santa Barbara - Replacement of Piling Marina 1, Commercial Floats
1 and 2
$42,000.00
City of Santa Barbara - Underwater Diving Inspection, Santa Barbara Harbor
Launching Ramp
$9,500.00
The Port of Long Beach - Steel Sheet Pile Bulkhead Repair, Remove and
Replace Existing Fender System Pier D, Berth 35
$254,560.00
Bumble Bee Seafoods - Replacement of Dolphin and Bearing Pil, Pier Repair
Fueling Pier, San Diego CA.
$35,400.00
1982 -83
Naval Weapons Station, Seal Beach CA - Pile Replacement, Repairs to Wharf
and Small Craft Berthing
$159,000.00
City of Santa Barbara - Pile Replacement, Pier Repair Stearns Wharf
$44,500.00
PROFESSIONAL EXPERIENCE RECORD •
ART BROMAN
Page 2
1982
G S M Builders for Union Oil Corp. - Replacement of Concrete Piling
at Union Oil Docks
$23,690.00
Marineland - Pier Repair, install H beams and horizontal cross braces
$13,000.00
City of Santa Barbara - Pile replacement and protection, Marinas 2,
3, and 4
$338,960.00
1981
Bumble Bee Seafoods - Pier and Dolphin repairs
$119,200.00
Marineland - Pile and brace replacement
$47,000.00
1980
Ledford Brothers, Inc. - Supply crew and equipment to drive pipe piles
$3,600.00
Hood Corporation - Installation of three pipeline marker spare bouys
$2,800.00
J. F. Slaughter, Ltd. - Long Beach Naval Shipyard, Sheet pile removal
at the "Stub Pier"
$24,500.00
Pt. Mugu Naval Air Station - Demolition of the Cerc Pier
$54,088.00
Southern Pacific Railroad - Carrizo Gorge, repairs to railroad trestle
$185,500.00
1979
City of Avalon - Pier repairs to Avalon pleasure Pier
$36,355.00
City of Seal Beach - Timber Pile and bracing replacement on the Municipal
Pier
$48,940.40
I
PROFESSIONAL EXPE ENCE RECORD •
F�'" ART BROMAN
Page 3
Marineland - Replace stainless steel tubing on pier
$24,250.00
Smith -Rice Company - Install pipeline marker spar bouys
$10,000.00
Union Carbide - Removal and disposal of sludge from cooling tower
$27,350.00
1978
Port of San Diego - Pier repairs Grape St. Piers 1 and 2, B St. Pier
and Broadway Pier
$501,270.00
U. S. Naval Support Activity - Repairs to fender pile system Pier 9,
Long Beach, CA
$71,255.00
Powerline Oil Company - Repairs to dolphin, Marine Terminal, Long Beach,
Ca.
$42,500.00
Laguna Niguel Regional Park - Pier repair, docking facility
$40,495.00
Mobil Oil corp. - Pier repairs, Ventura, CA.
$165,000.00
Pier Repairs - Steel, carpentry, and piling work.
$11,000.00
1977
Omnifloat Inc., for Christiana Community Builders, Inc. - Replace and
drive concrete piling at Houghton Bay, Huntington Beach, CA.
$42,000.00
1975 -76
Mobil Oil Corp., Los Angeles, CA - Ferguson Pier Repair, Ventura, CA
$134,525.00
Pentaco-Radco, for the State of California, Long Beach - Los Angeles -
Hiem Bridge - Replace and drive piling
$176,000.00
0 0
NOTICE
The following are samples
completed and executed by the
letter of award from the City
Page 8
of contract documents which shall be
successful bidder after he receives
of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Reoister Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property - Casualty. Coverages shall be provided for a TYPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with
documents shall be absorbed in
include those contained in (1)
Standard Specifications for Pub
tion adopted for use in the Ci
supplemented or modified by th
ethe specifications of these co
the bid. Such specifications
each contract document and (2)
lic Works Construction.(latest
ty of Newport Beach), except as
Special Provisions for this p
ntract
shall
the
edi-
roject.
• Bond - B218096
Premix Included in Page 9
in Performance Bond
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted October 9 19L4
has awarded to Art Broman reneral Engineering Contractor
hereinafter designated as the "Principal ", a contract for
NEWPORT AND BALBQA OCEAN PIERS MISCELLANEOUS REPAIRS, C -2455
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 Art Broman General Engineering Contractor
as Principal, and Fremont Indemnity Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Seventy -seven Thousand Ninety -nine
Dollars ($77,099.00
said sum being equal to 100% of the estimated amount payable by the City of Newport Beach
under the terms of the contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the provisions of Section 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
• • Page 10
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the day of , 19
Art Broman General Engineering Contractor Seal)
Name of Contractor Principal
Authorized Signature and Title
Authorized Signature and Title
1
Fremont Indemnity Company (Seal)
Name of Surety
r
#1 Maritime Plaza, Suite 270, San Francisco, CA
Address of Surety 94111
Sig re and TitleJ gff Authorized Agent
ohn Arquilla, Attorney -in -Fact
#1 Maritime Plaza, 270, S.F., CA 94111
Address of Agent
415- 421 -8888
Telephone No. of Agent
oil
#1 Maritime Plaza, Suite 270, San Francisco, CA
Address of Surety 94111
Sig re and TitleJ gff Authorized Agent
ohn Arquilla, Attorney -in -Fact
#1 Maritime Plaza, 270, S.F., CA 94111
Address of Agent
415- 421 -8888
Telephone No. of Agent
0
i
t
K
�$a
v, t7 V'. r 0 0 n m
N O R ID O E O h O 7 O R
`a
r a ~o�Tbms rt m
CD n W o n- r• o a H.
n P* vi m " rrt of a � o °n
£ W. w o a P. °' 0 ~' M n
tr tr roa° ano 0 rt LnD)
x
ma nm'on ::l °M
mZ m o o m
0 m a M M
R a1a n m tr o a D+ w tr
Al Zr O r, R tr 7 K 7 r'
b R K R a a N w• N M to W
R tr' a P. m R n
n m >•tr 7-< rRt 0 n
(D ,
M m n t' 7 R n r•- O
�i m n n °' a m N 'O (D
r 'G E R •G O m n
R 7 1 M n
1 N LO 7 r• 7 H. N
N M w O s\ w 5
a x m 0 Do m N
aCL (D RMt-
R R 0 c m O 0 a H
((D ° m M 0 'ro0 i6
W 3 fxD M
m�atrw aa -
m R R m 7 N tY
O n o -•`C n a m
M m 1 (D M
M G N M tr 7 0 O n
n r- O 1 a m 'r (D
m a a. n "I (D tr
o n N a 0 9m
7 0 5 0? H. n
rt 1y N P. rt tY .O R
0, a O `G m G tr'
H M O M N• m
Q. rtri q �• -11 O 7
m m m 7 n 5 (D W tr
£ n rr* 9 w 'a m
r• r n O tr m n
R R r r N
K n
n R m tr H tr tr
O x G R a m
b m 7' N E 7 a
Di w R 9 7 0 'o N
7 `G n 7 O m m
K 1 O m r, m n 2
I-'
4 hh� R R tT N 0
CD E O X v W 7 rw
N m D+ \ O 10 m r✓ `C
M M m 7'5a 7 W'C bG
R R N m 7 K N X 7
`G
cD m m Z (D N 0 H
w9 =o m�r0o
E R a m o
a w N 7 G O r
w R m H n R n
a7 R K r•O
SD :7 tr w
Rm pmn1
z
H
b
H
b,
r,
E
M
2
H.
� + a
�.
.: _:
, a
Il' FRE%ONT INDEMNITY AMPANY
HOME OFFICE — LOS ANGELES, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That, FREMONT INDEMNITY COMPANY, by G. P. JANICH
its Senior Vice President, in pursuance of authority granted by Kesululion of its Board of Directors at a meeting called
and held on the 18th day of February, 1972, which said Resolution has not been amended or rescinded and of which the following is a
true, full and complete copy:
"RESOLVED: That the President or any Vice- President may from time to time appoint Attorneys -in -Fart to represent and
act for and on behalf of the Company, and either the President or any VirvPresident, the Board of Directors or Exrculive
Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her: and be it
further
"RESOLVED: That the Attorneys -in -Fact may be given fall power to execute for and in the name of and on behalf of the
Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or under -
lakings executed by any such Attorney -in -Fact shall be a, binding upon the Company. as if signed by the President and
sealed and attested by the Secretary."
does hereby nominate, constitute and appoint JOHN ARQUILLA
its true and lawful Attorney -in -Fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed:
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP
IN WITNESS WHEREOF the said Senior Vice President has hereunto subscribed his name and affixed the
corporate seal of the said FREMONT INDEMNITY COMPANY, this 3rd day of January A.D., 1984
By
STATE OFCALIFORNIA
COUNTY OF LOS ANGELES f ss
FREMONT INDIgANITY COMPANY
Vicer''rsident G. P. JANICH
On this 3rd day of January A.D., 19 84 before the subscriber, a Notary Public of the Stale of
California, in and for the Countv of Los Angeles, duly commissioned and qualified, came the above named Senior V1CP_
President, of FREMONT INDEMNITY COMPANY , to me personally known to be the individual and officer described in and who
executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith,
that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of
the Said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said
instrument by the authority and direction of the said Corporation.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at lh City of Los Anoe4m the day and year
first above written. _ ..
_ OFFICIAL SEAL
- ,JNANCY L. 0KAMOTO '
' NOTARY PUBLIC- CALIfORNIA
(SEAL) t {r.� LOS ANGELES COUNTY v' tru 'Pub ,c
Aty Commission E %p,r's Sept. 1, 1986
1, the undersigned, Secretary of FREMONT INDEMNITY COMPANY, do hereby certify
that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect.
IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed
the Corporate Seal of the Corporation, this 17th day of October 19 84
Ai&X DCSecretary
EDWARD J..LIEBER
lJ
ad No. B218096
mium:$1,156.00 Page 11
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by.
motion adopted October 9; 1984,
has awarded to Art Brown Wperal EagimeMng Coftractor
hereinafter designated as the "Principal ", a contract for
NEWPORT AND BAIeDA OCEAN PIERS MISCB LAMM REPAIRS, (C -3456)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Art Broman General Engineering Contractor
as Principal, and Fremont Indemnity Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Seventy -seven Thousand Ninety -nine Dollars ($ 77,099.00
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
I
6 Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alter' ons 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 day of , 19
Art Broman General Engineering Contractor (Seal)
Name of Contractor (Principal)
�R T 3n_.�,- yo--,.• O�y�i z
Authorized Signature and Title
Authorized Signature and Title
Fremont Indemnity Company (Seal)
Name of Surety
#1 Maritime Plaza, Suite 270, San Francisco, CA
Address of Surety 94111
Si ture and Titl of Authorized gent
John Arquilla, Attorney -in -Fact
pp v d as to Ll
#1 Maritime Plaza, Suite 270, S.F. CA 94111
Address of Agent
City Attorney 415 - 421 -8888
Telephone No. of Agent
0 0
n
'7
I
QK
a- n,w n RC no
r- O ft (D O£ O n 0 a
\ Ic £ " 'O OH R ro H rt
(D N O O? P. O w Y
<Y w M w m C r- N
rt N R a (D a
0 H. 0 N H. r• H. a
o a a
£ w 0 n
a N rr 0 H
ro a a R o c
n w M a (D H a
9 a(D H N 0 9 m K
a m j w R a O
b R a a N x U1 r1�
rt x a r- N R
O \rF-r ,07 5 W rt tT (w-r
K Y- w a a•' a N
r-
& K R£ R K O (D 7
? N Q a' H.
'TJ n H (D n (D tj N 0
w H w 7\ I w a
n H- a N N `7 R w
R n R (D 7 P-
0 w (D (D n N
• (D (D w N H
a a r (D R M K
n H w
rt 0 w r N O n w I-
(D O M 0 7 M O 'O �
a'r- a 1 ' H fD� OD
x a z o c a
nxlnom Oo P.
M (D I (D a M
H. N Y- H a 0 O
o i a m a m
0 n a 9 9
0 0 r- i a 0
a 0 r
O H 0 H N
0 a O R H.
rt H N P. R m R
a (D
rt a O K 7
H a H •4 M �-'' (D
N
,I O 7 w C
(D (D (D a H 9 fD 7
z£ rt rt 5 w ro (D
H- H. H 0 a !D H
rt R H G n K H N
K 7 N 9 rt N r-
0 (r N a H a a a
ro(D 0 rt m a o.
a K n 7 .s O m N w
K l o w H• (D H 2
a m 6 R G m a 0 °r
(nNw�owm��
n ° m �' ro Cr H - v
fOT fT N 0 7 SD K N x b'
9 N a r
(D c o r-
7 (n ~ E R a a 7 n
a w N :r c n
P. R 0
a s R K H 0
w 7 t1 a
rt N a N a
n cn
O rt
( n
R D
K
O
O M
M
n
m w
D, r
a r-
M
^1 O
H H
w 7
a Y•
n w
r-
N
n
0
z
c
b
A
r
r;
a
G'
c.
n:
i
., . .
R: ":: -ieYl Y +tv W� n
• . � ,
,. Y.
S
n
$) n .. ..
p A��
• CERTIFICATE OF INSURANCE •
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
ART BROMAN GENERAL ENGINEERING CONTRACTOR, ET AL
1111 OBISPO AVENUE, LONG BEACH, CA. 90804
Page 13
Ilompany A NATIONAL /FIRENINSURANCE COMPANY
Letter
r
ny
B CONSOLIDATED AMERICAN INSURANCE CO.
C SAFETY MUTUAL CASUALTY CORP.*
D
Letter
ny E
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the-Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: �41� CG( Agency: THOMPKINS & COMPANY
Authorized Representative 10/16/84
DONNA KENDALL Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 112456
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
*Per phone conversation with Donna Kendall 10/23/84,,4,41F_
91
Policy
LIMITS OF LIABILITY
IN THOUSANDS
000 '
COMPANY
TYPES OF INSURANCE
Policy
Exp.
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
A
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
GLA 116
80
6/1/85
Bodily Injury
Property Damage
$
$
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500,
$ 500,
x Broad Form Property Damage
X Independent Contractors
X Personal Injury
Marine
Personal Injury
$ 500,
Aviation
AUTOMOTIVE LIABILITY
B
❑x Comprehensive Form
Q Owned
CA 151
949
3/20/85
Bodily Injury
(Each Person
$
$
Bodily Injury
(Each Occurrence
Hired
Property Damage
M Non -owned
Bodily Injury and
Property Damage
Combined
600,
$
EXCESS LIABILITY
G
® Umbrella Form
❑ Other than Umbrella Form
UM17717
6/1/85
Bodily Injury
and Property
Damage Combined
$ 2,000,
$ 2,000,
WORKERS' COMPENSATION
Statutor
and
EMPLOYER'S LIABILITY
tLaCh
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the-Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: �41� CG( Agency: THOMPKINS & COMPANY
Authorized Representative 10/16/84
DONNA KENDALL Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 112456
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
*Per phone conversation with Donna Kendall 10/23/84,,4,41F_
91
0 • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( x) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
600,000. each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: NEWPORT AND BALBOA OCEAN PIERS MISCELLANEO
ProJect Title and Contract No.).
This endorsement is effective 10/16/84 at 12:01 A.M. and forms a part of
Policy No. CA 151949
Named Insured ART BROMAN GENERAL ENGINEERING CONTRACTOR, ET AlFndorsement No. 13
Name of Insurance Company CONSOLIDATED AMERICAN INS.
Authorized Representative
• Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf of the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
W Single Limit
Bodily Injury Liability $ 500,000. each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 112456
Project Title and Contract No.
This endorsement is effective 10/16/84 at 12:01 A.M. and forms a part of
Policy No. ETA 116 80
Named Insured ART BRO AN GENERAL ENGTNEERTNr CONTRACTOR FT AT Endorsement No. in
Name of Insurance Company NATIONAL FTRR INS_ CO_ By o�-
Authorized Representative
STATE PDX 807, SAN FRANCISCO, CALIFORNIA001
COMPENSATION
., INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION. INSURANCE
October 23, 1984 POLICY NUMBER: 801482 -84
CERTIFICATE EXPIRES: 9 -10 -85
r
City of Newport Beach
Attn: Public Works Department
3300 Newport Blvd.
Newport Beach, CA 92663
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
30
This policy is not subject to cancellation by the Fund except upon ]:B6 days' advance written notice to the employer.
30
We will also give youfffzN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
, - �NT
EMPLOYER
r
Art Braman, General Engineering Contractor
1111 Obispo Avenue
Long Beach, CA 90804
L
SCIF 10262 (REV. 11.83) OLD 262A
0 0
CERTIFICATE OF INSURANCE Page 13
City of Newport Beach Company
3300 Newport Boulevard Letter A
Newport Beach, CA 92663 Company
Letter B
NAME AND ADDRESS OF INSURED Company C
1111 Obispo Avenue I D
Letter Worker's Conpensation Insurance
ompany E
This is to certify that policies of insurance listed below have been issued to the insured named
Above and are in force at this time, including attached endorsement(s).
Cq
LE
4PANY
TIER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Policy
Exp.
Date
I LIMITS OF LIABILITY
IN THOUS
NDS 00
Each
g. ro
Comple
Occurrence
0 erat
GENERAL LIABILITY
Form
Bodily Injury
$
$
Premises - Operations
/1/
Property Damage
$
$
Explosion & Collapse Hazard
ix
0J
Underground Hazard
xComprehensive
Products /Completed Operations
Bodily Injury
Hazard
x Contractual Insurance
and Property
Damage Combined
$
$
x Broad Form Property Damage
�
x Independent Contractors
X Personal Injury
Marine
Ot-
Personal Injury
$
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
Each Person
$
❑x Owned
❑ Hired "NON A
PLIC
'BLE1
$
/
godily Injury
Each Occurrence
ro ert
ama e
Bodily injury an
Property Damage
❑x Non -owned
Combined
$
EXCESS LIABILITY
❑ Umbrella Form rrN
❑ Other than Umbrella Form
NAP
LICA
LB ly Injury
d Property
Damage Combined
$
$
D
WORKERS' COMPENSATION
and
EMPLOYER'S LIABILITY
801482 -8
9 -10 -85
Statuto
i
is o
ability
ac
Accidei
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
Agency: State Ccnpensation Insurance Fund
ze epresentative 10 -23 -84
Date Issue
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Project Title and Contract Number
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
a
• 0
CONTRACT
Page 16
THIS AGREEMENT, entered into;_t, day of x 19 �,
by and between the CITY OF NEWPORT BEA ereinafter "City,' and
ereinafter "Contractor, "is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
NEWPORT AND BAL
PIERS
ect
REPAIRS
2456
Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS 2456
Title of Project Contract No.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of Seventy -seven
Thousand Ninety -nine Dollars and no .cents ($77,099.00 ).
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids .
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
(f) Plans and Special Provi
e
(g) This Contract.
for
Page 17
No.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
ATTEST:
4tyr7C-
CITY
APPROVED AS TO FORM:
r
ART BROMAN GENERAL ENGINEERING CONTRACTOR
ity Attorney Contractor
M
Ilk
By
Its
CONTRACTOR
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
TO
SPECIAL PROVISIONS
11
FOR
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS
1984 -85
CONTRACT NO. 2456
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . . .
. . . 1
III.
PAYMENT. . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . .
. . . 2
V.
PIER INSPECTION . . . . . . . . . . . . . . . . . . . . .
. . . 2
VI.
EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS. . . . . . .
. . . 2
VII.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . .
. . . 2
1. General. . . . . . . . . . . . . . . . . . . . . .
. . . 2
2. Jetting and Driving Piles . . . . . . . . . . . . . .
. . . 3
3. Fittings . . . . . . . . . . . . . . . . . . . . . .
. . . 4
4. Timber Piling . . . . . . . . . . . . . . . . . . . .
. . . 4
5. Miscellaneous Pile Connections and Timber Repairs. .
. . . 4
6. Project Site Maintenance . . . . . . . . . . . . . .
. . . 5
7. Utilities . . . . . . . . . . . . . . . . . . . . . .
. . . 5
IX.
WORK SCHEDULE . . . . . . . . . . . . . . . . . . . . . .
. . . 6
NEWPORT PIER REPAIR WORK SCHEDULE . . . . . . . . . . . .
. . . 6
BALBOA PIER REPAIR WORK SCHEDULE . . . . . . . . . . . .
. . . 8
SP1of9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS
1984 -85
CONTRACT NO. 2456
I. SCOPE OF WORK
The work under this contract consists of furnishing all labor, equipment, trans-
portation, and material necessary to complete timber pile replacement and mis-
cellaneous repairs on the Newport and Balboa Ocean Piers as shown on Drawing
No. H- 5100 -S and these Special Provisions, complete and in place.
The contract requires the completion of all the work in accordance with these
Special Provisions, the Plans (Drawing No. H- 5100 -S), the City's Standard
Special Provisions and Standard Drawings for Public Works Construction, 1982
Edition; the Standard Specifications for Public Works Construction, 1982 Edi-
tion, including supplements to date, the applicable portions of the Specifica-
tions of the American Wood Preservers' Association (AWPA), the American
Society for Testing and Materials ASTM , and West Coast Lumber Inspection
Bureau Grading Rule k16 (WCLIB), current edition.
Copies of the Standard Specifications may be purchased from Building News, Inc.,
3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 874 -9871.
A copy of the Standard Special Provisions and Standard Drawings may be pur-
chased at the Engineer's office for $5.
II. COMPLETION OF WORK
All work shall be completed within ninety (90) consecutive calendar days follow-
ing commencement of the specific work, or by December 21, 1984, whichever comes
first. Balboa Pier work shall be done first and completed by November 9, 1984.
No work shall begin until a schedule of work has been approved by the Engineer.
III. PAYMENT
Payment for all incidental items of work not separately provided for in the
proposal shall be included in the price bid for other related items of work.
Overhead, administration, and mobilization shall include the contract's cost
in connection with mobilization, insurance, workers' compensation, bonds,
financing, permit fees, overhead, installation of signs, cleanup, storage of
equipment and materials, etc.
The substitution of securities for any payment withheld in accordance with
Section 903.2 of the Standard Specifications is permitted pursuant to Govern-
ment Code Sections 4590 and 14402.5.
i • SP 2 of 9
IV. TRAFFIC CONTROL
Newport and Balboa Ocean Piers
Prior to beginning work on the piers, the Contractor shall submit to the
Engineer for his approval a schedule of construction operations and a written
plan for vehicular barricading and pedestrian safety. Contractor shall main-
tain access for vehicular and pedestrian traffic to the pier restaurants and
to the Newport Pier Lifeguard Station at all times.
V. PIER INSPECTION
A field investigation of the piers was completed in May of 1984. The investi-
gation report and "As Built" plans for Newport Pier (H- 4957 -S) and Balboa
Pier (H- 4958 -S) are available for review at the Public Works Department.
VI. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS
It shall be the responsibility of the Contractor to determine the equipment
loads or wheel loading which can be safely placed on the piers during con-
struction, and to provide timber mats or other means of distributing equip-
ment loads adequately. Any damage done by the Contractor to the existing
structures shall be repaired at the Contractor's expense.
VII. WATER
The Contractor shall, make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor elects to use available City
water free of charge, it shall be his responsibility to make arrangements by
contacting the City's Utility Superintendent, Mr. Gil Gomez, at (714) 640 -2221.
VIII. CONSTRUCTION DETAILS
1. General
Existing damaged or deteriorated members designated for removal shall be
carefully removed as not to damage remaining adjacent members or their con-
nections.
The Contractor shall remove and replace the existing concrete decking
(including wire reinforcing as shown on the Plans), timber planking, bracing,
pipelines and other appurtenances that may interfere with pile replacement.
All removed unsalvageable material shall be removed from the site and dis-
posed of at the Contractor's expense. All removed salvageable material
shall be City's property.
The existing 4 -inch decking shall be neatly sawed approximately I inch deep
to the limits as shown on the Plans, then removed to full depth with a
pneumatic hammer. Replacement reinforcement shall be galvanized WWF
6 x 6 -8 x 8 overlapped with existing WWF not less than 2 inches between
outermost cross wires. Replacement portland cement concrete shall be
560 -C -3250 with a light broom finish over 2011 asphalt saturated felt.
In areas inaccessible to pile driving, the Contractor may use pre - drilling/
jetting as an alternative or other methods to be approved by the Engineer.
Jetting and Driving Piles
a. Protection of Piles
. )r s OT y
Care shall be taken to avoid damage to the piles when placing them
in the leads and during the driving operations. Piles shall be
laterally supported during jetting and driving, but shall not be
unduly restrained from rotation in the leads. Special care shall
be taken in supporting battered piles to prevent excess bending
stresses in the piles.
Driving Helmets and Cushion Blocks
A driving helmet or cap including a cushion block or cap block of
approved design shall be used between the top of the pile and the
ram to prevent impact damage to the pile. The driving helmet or
cap shall fit snugly on the top of the pile so that the energy
transmitted to the pile is uniformly distributed over the entire
surface of the pile head. The cushion block may be a solid hard-
wood block with the grain parallel to the pile axis and enclosed
in a close- fitting steel housing. The cushion block shall be re-
placed if it has been damaged, split, highly compressed, charred
or burned, or has become spongy or deteriorated in any manner.
Under no circumstances will the use of small wood blocks, wood
chips, rope or other material permitting excessive loss of hammer
energy be permitted.
Orientation of Piles
The Contractor shall attempt to remove the existing pile to be
replaced. In the event that the Engineer deems such removal
impossible, the Contractor shall cut off and remove the existing
pile at 1 -foot minimum below the sand line. The replacement pile
shall then be placed adjacent to the remainder of the existing
pile and driven immediately adjacent to the former pile's
position along the pile cap. Pile orientation is critical;
therefore, special care shall be given to maintain proper
orientation during jetting and driving.
Drivino Piles
Piles shall be driven as close as possible in the position shown
on the plans. The maximum allowable tolerance for deviation from
the plans location shall be two (2) inches perpendicular to bents
and six (6) inches parallel to bents.
Minimum driven penetration of piles below jetted penetration or pre -
drilled hole bottoms shall be 3 feet. The pile hammer shall develop
a striking force of at least 15,000 ft. -lbs. and a maximum of 20,000
ft. -lbs without injuring the pile. The Contractor shall take every
precaution against breaking or damaging the piles. During driving
operations, any piles that are broken, damaged, or that do not meet
driving tolerance shall be pulled and replaced by the Contractor at
his sole expense.
3. Fittings
I* SP4of9
Piles shall be cut off in a smooth horizontal cut at the bottom of pile
cap elevation. The piles shall then be creosoted across the cut, fitted
with a 16 -gage galvanized disk and forced under the pile cap. The pile
shall then be shimmed to maximum bearing under the pile cap with creosoted
shims, and secured with drift bolts and hairpins. The Contractor may use
Osmo -weld Epoxy manufactured by Osmose Company, or approved equal as an
alternative to shimming for maximum bearing under pile cap. The epoxy
shall be applied per manufacturer's recommendations.
All holes, such as those for sway bracing, drift pins, etc., shall be
treated per AWPA Standard M4 -80, and shall be of a size that will assure
a driving fit.
4. Timber Piling
a. Dimensions
Timber piles shall conform to the requirements of Section 205 of the
Standard Specifications. The pile lengths listed in the Proposal are
3' longer than existing piles to allow for trimming and installation
through the deck.
b. Steel Banding
All piling shall have 3 bands applied after pressure treating. The
bands shall be 1 ;" wide, .031" thick cold - rolled, fully heat treated,
painted and waxed. The strap shall encircle the pile once, tensioned
as tight as possible, and clipped with a 2;" -long, 20 -gauge clip,
crimped twice with a notch -type sealer. The straps shall be located
at 18" and 24" from the butt and 12" from the tip end.
c. Pressure Treatment
Piles shall be dual treated per AWPA Standard C3 -81.
5. Miscellaneous Pile Connections and Timber Repairs
The miscellaneous pile connections and timber repairs shall conform to
Those listed in Section IX, "WORK SCHEDULE." The work shall be in the
same manner as the original construction.
All timber repairs shall be with new "Dense No. 1" rough -cut Douglas fir
in conformance with WCLIB Rule #16, treated with not less than 20 pcf
retention of creosote in accordance wtih AWPA Standard C2 -82 and M4 -80
(above ground exposure).
• SP5of9
There is to be a minimum of field drilling and cutting of lumber as it
exposes untreated wood. Members shall be predrilled to prevent splitting,
pollution, and to insuure a tight fitting. All cuts, holes, and damages
after plant treatments shall be field treated in accordance with AWPA
Standard M4 -80.
All bracing removed to accommodate pile installation shall be replaced
to the size shown on the Plans with new "Dense No. 1" rough -cut Douglas
fir in conformance with Rule #16 and treated in accordance with AWPA
Standard C2 -82. No splicing of bracing will be allowed.
The Contractor shall replace all rusted, broken, or unsalvageable hardware.
All hardware replacement costs shall be included in price bid for their
respectively bid items. All bolt replacements shall be 1" diameter with
nuts and ogee washers. In addition, all new hardware shall be double -dip
galvanized after fabrication (fabrication includes all operations such as
cutting, forming, bending, and welding). Unavailable ungalvanized
fabrication /damaged areas shall be treated with method as described in
Section 210 -3.5 in Standard Specifications or methods approved by the
Engineer.
6. Project Site Maintenance
In addition to the requirements of Section 7 -8 of the Standard Specifica-
tions, the Contractor shall at all times keep the ocean water free of
debris, scrap, and pollutants.
Utilities
The Contractor shall protect existing utilities from damages resulting
from his operation. The Contractor shall, after obtaining City approval,
be responsible for relocating any existing utility necessary to perform
his work. All existing operational utilities shall be in service at all
times during the contract period.
IX. WORK SCHEDULE
BENT NO. PILE NO.
38
44
48
48
48
49
50
51*
52
53
53
5
2
2
2
7
5
5
6*
10
m
0
0 •
NEWPORT PIER REPAIR WORK SCHEDULE
(Per Pier Inspection Report May 1984)
WORK DESCRIPTION
Pile Reolacements
Replace 60' pile (14" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 67' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 72' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 72' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 72' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 73' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 74' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 76' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 76' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
Replace 79' pile (16" butt dia.);
include hardware per Three Pile
Detail
Replace 79' pile (16" butt dia.);
include hardware per Typical
Pile Connection Detail
SP6of9
REMARKS
Combination Limnora and
Teredos damage; 60%
cross section remaining
Limnora damage; 70%
cross section remaining
Missing pile; 1' stub
remaining
Limnora damage; 75%
cross section remaining
Limnora damage, 75%
cross section remaining
Limnora damage; 60%
cross section remaining
Combination Limnora and
Teredos damage; 75%
cross section remaining
Combination Limnora and
Teredos damage; 60%
cross section remaining
Combination Limnora and
Teredos damage; 70%
cross section remaining
Pile broken off 12'
above mud line
Combination Limnora and
Teredos damage; 10%
cross section remaining
*The unit cost for pile replacement shall include removal and replacement of portions
of the existing restaurant building and its contents at this location. The Contractor
shall also include his expenses to protect the restaurant concessionaire's equipment
in the unit cost for pile replacement. The restaurant will not be open for business
during that period of time needed to replace pile No. 6 of Bent No. 51.
•
•
SP7of9
BENT NO.
PILE NO.
WORK DESCRIPTION
REMARKS
Stringer Replacements
13 -14
Replace stringer
No. 4 (include
Cracked stringer; 25%
hardware (4" x 16"
x 22' SIE)
sound
18 -19
Replace stringer
No. 2 (include
Cracked stringer; 80%
hardware (4" x 16"
x 22' SIE)
sound
Hairpin Replacements
8
1
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
9
2, 3, & 4
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
10
2 & 3
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
11
1, 2, & 3
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
15
2
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
40
1 & 3
Install hairpin;
include hardware
Missing hairpin
per Typical Pile
Connection Detail
42
1 & 5
Replace hairpin,
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
43
1
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
44
1
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
45
3
Replace hairpin;
include hardware
50% cross section
per Typical Pile
Connection Detail
remaining
45
5
Install hairpin;
include hardware
Missing hairpin
per Typical Pile
Connection Detail
Miscellaneous Repairs
52
Install sway brace (include hard-
Missing brace and
ware) (4" x 8" x
20')
broken bolt
..
14 1 Replace hairpin, include hardware 50% cross section
per Typical Pile Connection Detail remaining
19 2 Replace hairpin, include hardware 50% cross section
per Typical Pile Connection Detail remaining
22 1 Replace hairpin; include hardware 50% cross section
per Typical Pile Connection Detail remaining
24 4 & 5 Replace hairpin; include hardware 50% cross section
per Typical Pile Connection Detail remaining
28
1 & 2
•
•
section
SP 8 of 9
per Typical Pile Connection Detail
BALBOA PIER REPAIR WORK SCHEDULE
29
2 & 3
BENT NO.
PILE NO.
WORK DESCRIPTION
REMARKS
per Typical Pile Connection Detail
Stringer Replacements
17 -18
Pile Clamp Installation
Replace stringer
No. 1 (include
Stringer is
broken
Install pile clamp per plan
10' split
hardware) (6" x
16" x 20' SIE)
44 -45
cap down
Replace stringer
No. 6 (include
8' split
8' split
through
hardware) (4" x
16" x 22' SIE)
Hairpin Replacements
11
1 & 2
Replace hairpin;
include hardware
50% cross
section
per Typical Pile
Connection Detail
remaining,
existing
bolts not
reuseable
12
2 & 3
Replace hairpin;
include hardware
50% cross
section
per Typical Pile
Connection Detail
remaining,
existing
bolts not
reuseable
13
3
Replace hairpin;
include hardware
50% cross
section
per Typical Pile
Connection Detail
remaining
14 1 Replace hairpin, include hardware 50% cross section
per Typical Pile Connection Detail remaining
19 2 Replace hairpin, include hardware 50% cross section
per Typical Pile Connection Detail remaining
22 1 Replace hairpin; include hardware 50% cross section
per Typical Pile Connection Detail remaining
24 4 & 5 Replace hairpin; include hardware 50% cross section
per Typical Pile Connection Detail remaining
28
1 & 2
Replace hairpin; include hardware
50% cross
section
per Typical Pile Connection Detail
remaining
29
2 & 3
Replace hairpin; include hardware
50% cross
section
per Typical Pile Connection Detail
remaining
Pile Clamp Installation
33
5
Install pile clamp per plan
10' split
through
from pile
cap down
45
10
Install pile clamp per plan
8' split
through
from pile cap down
.'�
SP9of9
BENT NO.
PILE NO.
WORK DESCRIPTION
REMARKS
Miscellaneous Repairs
13 -14
Replace 4 bolts, include nuts and
4 bolts, each 50% cross
split washers on bent diagonal
section remaining
bracing
44
5
Replace 1 bolt, include nut and
30% cross section
split washer on hairpin
remaining
44
6
Replace 2 bolts, include nuts and
2 bolts; each 50% cross
split washers on hairpin
section remaining
44
7
Replace 1 bolt, include nut and
30% cross section
split washer on hairpin
remaining
44 -45
Install nut with split washer
Missing nut on deck
brace
45
5
Replace 2 bolts, include nuts and
2 bolts; each 50% cross
split washers on bent diagonal
section remaining
bracing
45
6
Replace 2 bolts, include nuts and
2 bolts, one 50% cross
split washers on bent diagonal
section remaining and
bracing
one is broken
45
8
Replace bolt, include nuts and
50% cross section
split washers on bent diagonal
remaining
bracing
47
8
Install brace with hardware
Missing brace and broken
(4" x 8" x 20')
bolt
0
TO: CITY COUNCIL
BY THE CITY COUNCIL 06
CITY OF NEWPORT BEACH
OCT 091984
FROM: Public Works Deparsmeat APPROVED
October 9, 1984
CITY COUNCIL AGENDA
ITEM NO. .6." -2(4)
SUBJECT: NEWPORT AND BALBOA OCEAN PIERS MISCELLANEOUS REPAIRS, (C -2456)
RECOMMENDATION:
Award Contract No. 2456 to Art Broman General Engineering Contractor
for the total price bid of $77,099.00, and authorized the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
At 11:00 a.m. on September 27, 1984, the City Clerk opened and read
the following bids for this project:
Bidders Total Price Bid
1. Art Broman General Engineering $ 77,099.00
Contractor, Long Beach
2. H. E. Lobaugh Marine Construction. $ 79,314.00
E1 Cajon
3. Healy Tibbitts Construction Co., $126,734.00
Long Beach
The low bid is 4% below the Engineer's estimate of $80,000.
Art Broman General Engineering Contractor, the low bidder, has not
performed previous contract work for the City. However, a check with their
referents and the State Contractor's License Board has indicated that Broman
(1) has successfully completed similar projects as a general contractor for
other California agencies, and (2) has no legal actions pending against their
contractor's license, respectively.
This project provides for the replacement and repair of deteriorated .
pilings, bracings, and miscellaneous connections on the Newport and Balboa
Piers. The work is being contracted per recommendations contained in an
inspection report dated May 14, 1984, by Submarine Engineering Associates.
This project is part of the City's continuing pier maintenance program.
Funds for award are proposed from the following appropriations:
Description
Newport Pier and Balboa Pier Repair
Inspect and Repair Ocean Piers
Account No. Amount
02- 4197 -300 $76,189
02- 4197 -249 $ 910
The plans and specifications were prepared by the Public Works Depart -
ent. The esti �te as of completion is December 21, 1984.
Ben amin B. Nolan BBN:jw
Public Works Director
0
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
SEP 101984
TO: CITY COUNCIL
FROM: Public Works Department
e - �y 56
September 10, 1984
CITY COUNCIL AGENDA
ITEM NO. F -18
'3
SUBJECT: " -.. OCEAN ii � ld I ::(C.4456)p
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
11:00 A.M. on September 27, 1984.
DISCUSSION:
This project provides for the replacement and repair of deteriorated
pilings, bracings, and miscellaneous connections on the Newport and Balboa
Piers. The work is being contracted per recommendations contained in an in-
spection report dated May 14, 1984, by Submarine Engineering Associates. This
project is part of the City's continuing pier maintenance program.
The Engineer's estimate for the work is $80,000. Funds for the proj-
ect will be provided from the following accounts:
Description Account No. Amount
Newport Pier and Balboa Pier Repair 02- 4197 -300 $50,000
Inspect and Repair Ocean Piers 02- 4197 -249 910
Additional Appropriation 02- 4197 -300 30,000
A budget amendment appropriating an additional $30,000 for the work
has been prepared for Council consideration. Proceeding with the contract
at this time will enable the repairs to be completed for the winter storm
season.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is December 21, 1984.
a,44�
Benjamin B. Nolan
Public Works Director
GW:jd