Loading...
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