Loading...
HomeMy WebLinkAboutC-2476 - Public Bay Pier Float Replacementi 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 October 24, 1985 (714) 6443005 Trautwein Brothers Waterfront Construction 2410 Newport Blvd. Newport Beach, CA 92663 Subject: Surety: The Canadian Indemnity Company Bonds No.: OB 396130 v Contract No.: C -2476 Project: Public Bay Pier Float Replacement The City Council on September 23, 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 October 1, 1985, Reference No. 85- 375164' Please notify your surety company that the Bonds may be released 35 days after this date. Sincerely, C rene `Bu't er Assistant City Clerk IB:pm cc: Public Works 3300 Newport Boulevard, Newport Beach 85-- 3'75164 RECORDEDtN OFOCtAt RECORDS PLEASE RETURN TO: City Clerk /p1� nn OF ORANGE COUNTY GALIFORNIP City of Newport Seach ca.n�.:,,,.,.: ,:e .] ooPM 3300 Newport Blvd. f�.eeUaeaua�us Newport Beach, CA 92663 -3884 a,,., ,e, e+w � ,p COUNT., ( 7�.- a ti/.. . RECOROE n �{ NOTICE. OF COMPLETIONS 11 t" "'•, o E A O N PUBLIC Wbvs ffE2AT s.,,_ 1 o All I.aborers.and Material.Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on September 23, 1985 the Public Works project consisting of Public Bay Ti er Float Replacement C --Tr7TT' on which. rr autwein Brothers Waterfront Construction, 2410 Newport Blvd., Newport Beach, CA was the contractor, and The Canadian Indemnity Company, P.O. Box 7350, 92663 was the surety, was completed. Costa Mesa, CA 92626 CITY OF NEWPO A&P NENJ ?C•: . ublic Works D'eicto®CT 21 1995 VERIFICATION I, the undersigned, say: 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 September 26. 1985 at Newport Beach. California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 23. 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 September 26, 1985 at Newport Beach, California. City Clerk if (/ a Ll • 0. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 September 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 Public Bay Pier Float Replacement, Contract No. 2476 on which Trautwein Brothers Waterfront Construction was the Contractor and The Canadian Indemnity Company was the Surety. Sincerely, Wanda E. Raggio City Clerk WER:pm Attachment cc: Public Works 3300 Newport Boulevard, Newport Beach �J 0 TO: CITY COUNCIL FROM: Public Works Department BY THE CITY COUNCIL CITY OF NEWPORT BEACH SEP 23 1985 APPROVED September 23, 1985 CITY COUNCIL AGENDA ITEM NO. F -14 SUBJECT: ACCEPTANCE OF PUBLIC PIER FLOAT REPLACEMENT (C -2476) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the GiG.' ` - *--' DISCUSSION: The contract for the replacement of the floats at six public piers has been completed to the satisfaction of the Public Works Department. The bid price was $44,484.00 Amount of unit price items constructed $44,484.00 Amount of change order 300.00 Total Contract Cost $44,784.00 Funds were budgeted in the Tide and Submerged Lands Fund, Account No. 23- 4197 -017. During construction, one guide pile was found to be cracked and was replaced with a new pile. A Change Order in the amount of $300 was issued to provide the replacement pile. The contractor is Trautwein Brothers Waterfront Construction of Newport Beach, California. The contract date of com leted by August 13, 191985. i Benjamin B. Nolan Public Works Director GPD:jd completion was September 1, 1985. The work was 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7141640 -2251 T0: FINANCE DIRECTOR Public Works FROM: CITY CLERK 6/77 DATE:, June 17, 1985 SUBJECT: Contract No. C -2476 Description of Contract Public Bay Pier Float Replacement Effective date of Contract June 17, 1985 Authorized by Minute Action, approved on June 10, 1985 Contract with Trautwein Brothers Waterfront Construction Address 2410 Newport Blvd. Newport Beach, CA 92663 Amount of Contract $44484.00 Wanda E. Andersen City Clerk WEA :lr attach, City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 A.M. on the 30th day of May 1985, at which time such bids shams be opened and -read for PUBLIC BAY PIER FLOAT REPLACEMENT Title of Project 2476 Contract No. $35,000 Engineer's Estimate Approved by the City Council this 13th day of May , 1985. Wanda E. Raggio lof , 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, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Lloyd R. Dalton at 644 -3311. Project Manager r cr L UMIJ Jwu 0 0 PR 1 PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct float replacement at Coral Avenue public pier Six Thousand Two Hundred @ Thirty -Five Dollars and No Cents $ 6,235.00 Per Lump Sum 5. Lump Sum Construct float replacement at Washington Street public pier Six Thousand Two Hundred @ Thirty -Five Dollars and No Cents $ 6,235.00 Per Lump Sum 6. Lump Sum Construct float replacement at Opal Avenue public pier Six Thousand Two Hundred @ Thirty -Five Dollars and No Cents $ 6,235.00 Per Lump Sum 7. Lump Sum Construct float replacement at Sapphire Avenue public pier Six Thousand Two Hundred @ Thirty -Five Dollars and No Cents $ 6,235.00 Per Lump Sum 8. G. Construct guide pile replacement at Each any site One Thousand One Hundred @ Twenty -Seven Dollars and No Cents $ 1,127.00 $ 6,762.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Forty -four Thousand, Four Hundred Eighty -Four Dollars and No Cents $ 44,484.00 451559 General Engr. Class A TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Contractor's Lic. No. assn ication Bi er 714) 673 -1960 Bidder's Telephone Number 5/30/85 Date S /Sam F. Kniss, Partner Authorized Signature/Title 2410 Newport Blvd., Newport Beach, CA 92663 Bidder's Address Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less that 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. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of 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. 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 and omissionsin 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. 451559 General Engr. Class A Contr's Lic. No. & Classification May 30, 1985 Date TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Bidder S /Sam F. Kniss, Partner 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. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. NONE TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Bidder S /Sam F. Kniss, Partner Authorized Signature /Title KNOW ALL MEN BY THESE PRESENTS, That we, TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION , as bidder, and THE CANADIAN INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT OF BID AMOUNT * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Dollars ($10% of bid * * * *) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH; That if the proposal of the above bounden bidder for the construction of PUBLIC BAY PIER FLOAT REPLACEMENT C -2476 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 May 193. TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION (Attach acknowledgement of Bidder Attorney -in -Fact) S /Patricia H. Brebner Notary Public Commission Expires.. February 13, 1989 S /Sam F. Kniss, Partner Authorized Signature /Title THE CANADIAN INDEMNITY COMPANY By S /Stanley C. Lynn Title .Attorney -in -Fact ORIGINAL SEE CITY CLERK'S FIL&OPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION , as bidder, and THE CANADIAN INDEMNITY COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT OF BID AMOUNT * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Dollars ($10% of bid * * * *) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH; That if the proposal of the above bounden bidder for the construction of PUBLIC BAY PIER FLOAT REPLACEMENT C -2476 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 to said City 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 contract documents for execution to the above bounden bidder by and from said City, 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 individual, 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 May 193. TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION (Attach acknowledgement of Bidder Attorney -in -Fact) S /Patricia H. Brebner Notary Public Commission Expires.. February 13, 1989 S /Sam F. Kniss, Partner Authorized Signature /Title THE CANADIAN INDEMNITY COMPANY By S /Stanley C. Lynn Title .Attorney -in -Fact NON - COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 29th day of May , 1985 . My commission expires: February 4. 1988 TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION S /Sam F. Kniss, Partner Authorized Signature /Title S /June I. Johnson Notary Public Page 5 0 40 Page 6 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 LIST OF REFERENCES TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Bidder S /Sam F. Kniss Partner uthorized Signature /Title 0 NOTICE r Page 7 The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach. PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13,14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute for- mat for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (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 the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • `Y • ✓ •. Page 8 ft" q 39"30 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 ,m w 1215 hereinafter designated as the "Principal ", a contract for 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, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of qny kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and s as Surety, are held firmly bound unto the City of Newport Beach, in the sum of VMT MM "M umm 31mrrr lOOA a u►hoen _ Dollars ($",eu -e&, _ , ) , 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, or other supplies, 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 Unemploy- ment 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. The 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 9 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 2,, day of ,M , 1g__jJi_. Approved as to form: ra(MM1,11'M ► �1% �' .� Authorized Signature and Title In Ca1MAs C VMK- (Seal ) Name of Surety R-an ie or Hutnorizea C. , A04omy in flat MAI 641 -5355 Telephone No. of Agent -a i � 0 ©i }I (# |�2 , ■ #� ;8 } - ! !/ k 1 t§ ( #�! ® | 45 'd � { f ®ƒ | ■� 4 ! r a 2 22 )® �E4 4J r-� �\ ��,4J 6 1 $ 44 41 ■ ! � t � � � E � ! a ]} j ` @! §! !s :!} � \ \�} G ■| � � . k THE CANADIAN INDEMNITY COMPANY POWER OF ATTORNEY No D.S. —SSo —I KNOW ALL MEN BY THESE PRESENTS, that THE CANADIAN INDEMNITY COMPANY, of WINNIPEG, MANITOBA, CANADA, has made, constituted and appointed, and by these presents does hereby make, constitute and appoint STANLEY C. LYNN of Frank B. Ball i Co. of California. Newport Beach. California its true, sufficient and lawful attorney, with full power and authority to make, execute, attach its corporate seal thereto, and deliver for it, in its name and on its behalf, BONDS, GUARANTEES OR OTHER OBLIGATIONS OF SURETYSHIP hereby giving its said attorney full power and authority to do everything whatsoever requisite and necessary to be done for the purpose of making, executing and delivering such obligations as fully as the officers of the said THE CANADIAN INDEMNITY COMPANY could do, if personally present, and hereby ratifying and confu-ming all that its said attomey shall lawfully do, or cause to be done by virtue hereof, but reserving to itself full power of substitution and revocation. IN WITNESS WHEREOF, the said THE CANADIAN INDEMNITY COMPANY has caused its corporate seal to be hereunto affixed and these presents to be duly executed by its proper officers at the Executive Offices of the Company in the CITY OF TORONTO, ONTARIO, CANADA, on the 2nd day of January. 1980 A.D. THE CANADIAN INDEMNITY COMPANY W.•8. Gresham. Secrffary Page 10 9"d ft 39"30 ftMuim $5U.00 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 hereinafter designated as the "Principal ", a contract for 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, 2XVJV710 = 220TEM lo►asfuTAW OOINllR1 205 as Principal, and 2= CAVAU tf nummm C01@my as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of #a= TOGA incumm Nn XUVW= ZZ=" FM i 110/100- - Dol l ars ( $ ".194.00- - - I, said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice 0 Faithful Performance Bond (Continued) Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety,from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7th day of im , 19 . Approved as to form: �Vt, Attorney ltdk t1H►olIKZIt t110Tl E 1gmltrymr Q mKuvc= *eal ) Name of Contr Princ' 1) - Auth rized Signature and tFi tle n" Authorized Signature and Title 'M CRURMW DMMMM OM MY — (Seal ) Name of Surety Y.O. sos 7350, Caala MMa, Ca. 02SU Address of Surety Signatur and T' a of Authorized Agent C. L 4 MTOMU M FACT Y.O. Boa 00800 00"a Mafa, Cal. tam Address of Agent (71{) "1 -8355 Telephone No. of Agent _ i § � � \!! §§ {) § \$ | � \� . | � k ! K � ? ! ^( \ ( | ! ate+ lilt of U) \f��� , � -s ■ K � \ ( | ! ate+ $` of \f��� |�f %f\ 2` � » � ■ , e m�fmm � ■ \, � \ |$■ �(E�I ■ � - k ft�� ( $ 2K Ilk , ■$ |� �2 |2$ f I | k \ \ ( | ! Li THE CANADIAN INDEMNITY COMPANY POWER OF ATTORNEY No. U.S. —S80 — 1 KNOW ALL MEN BY THESE PRESENTS, that THE CANADIAN INDEMNITY COMPANY, of WINNIPEG, MANITOBA, CANADA, has made, constituted and appointed, and by these presents does hereby make, constitute and appoint STANLEY C. LYNN of Frank R. Ball 6 Co. of California, Newport Reach, California its true, sufficient and lawful attorney, with full power and authority to make, execute, attach its corporate sea] thereto, and deliver for it, in its name and on its behalf, BONDS, GUARANTEES OR OTHER OBLIGATIONS OF SURETYSHIP hereby giving its said attorney full power and authority to do everything whatsoever requisite and necessary to be done for the purpose of making, executing and delivering such obligations as fully as the officers of the said THE CANADIAN INDEMNITY COMPANY could do, if personally present, and hereby ratifying and confirming all that its said attorney shall lawfully do, or cause to be done by virtue hereof, but reserving to itself full power of substitution and revocation. IN WITNESS WHEREOF, the said THE CANADIAN INDEMNITY COMPANY has caused its corporate seal to be hereunto affixed and these presents to be duly executed by its proper officers at the Executive Offices of the Company in the CITY OF TORONTO, ONTARIO, CANADA, on the 2nd day of January, 1980 A.D. THE CANADIAN INDEMNITY COMPANY CL G. F. Wa X<7 Vice— Pridident Underwriting V. .3. ,Gresham. .v __ * CERTIFICATE OF INSURANCE 0 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED TRIN=Ilt IROTHW VATERFROR T CONSTRUCTION Page 12 IES AFFORDING Company A GREAT AMERICAN INSURANCE COMPANY Letter t,ompany B FIREMAN'S FUND INSURANCE COMPANY Le tter i.ompany C Letter 1,ompany D 2410 NW&W DiYd. lLpttpr L,ompany E MvolloOrt BlaeA. CA 92663 1 IPFtPN 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�lnsurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered ma) 1, attention: Public Works Department. LA J Agency: FRANK B. HALL & CO. OF CALIF. ORANGE COUNTY DIVISION Date: JUNE 7. 1985 Telephone: (714)641 -8355 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: PUBLIC DAY PIER FLOAT REPLACOM (04470 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. 01 Policy LIMITS OF LIABILITY IN THOUSAND COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each Completed i Occurrence Operations A GENERAL LIABILITY x Comprehensive Form SLP625- EFF. Bodily Injury $ $ x Premises - Operations 5401 4/1/85 Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard EXP. x Products /Completed Operations 4/1/86 Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ S00, $ 500, x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500, Aviation AUTOMOTIVE LIABILITY A ❑x Comprehensive Form BA625- 5402 EFF. 4/1/85 Bodily Injury (Each Person $ Qx Owned EXP. $ Bodily Injury (Each Occurrence ❑x Hired 4/1/86 Pro ert Damage ❑x Non -owned Bodily Injury and Property Damage Combined $ Soo, EXCESS LIABILITY EFF. B ❑X Umbrella Form XLB172- 4/1/85 Bodily Injury ❑ Other than Umbrella Form 5461 EXP. 4/1/86 and Property Damage Combined $ S,000, $ 59000, WORKERS' COMPENSATION WCP625- 4/1/85 Statutor r$210001 ac Accident) A and EMPLOYER'S LIABILITY 5400 TO 4/1/86 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�lnsurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered ma) 1, attention: Public Works Department. LA J Agency: FRANK B. HALL & CO. OF CALIF. ORANGE COUNTY DIVISION Date: JUNE 7. 1985 Telephone: (714)641 -8355 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: PUBLIC DAY PIER FLOAT REPLACOM (04470 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. 01 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy.applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X ) Single Limit Bodily Injury Liability and Property Damage Liability. Combined $ each occurrence $ each occurrence $ 500,000 each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: e an This endorsement is effective 6/7/85 at 12:01 A.M. and forms a part of Policy No. BA62SS402 Named Insured TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Endorsement No. Name of Insurance Company GREAT AMERICAN INS. CO. By Authorfttrd Representative J. W. SEARLES / T. A. KNITTLE • . Page 14 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 (X) 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: PUBLIC 8AY PIER FLOAT REP11►CF74FNT (C -2476) project Title and Contract No. This endorsement is effective 6/7/85 at 12:01 A.M. and forms a part of Policy No. SLP62SS401 Named Insured TRAITIWEIN BROTHERS WATERFRONT CONSTRUCTION Endorsement No. Name of Insurance Company GREAT AMERICAN INS. CO. gy Authori d Representative J. W. SFARLES /p T. A. KNITTLE Page 15 CONTRACT T!#M AGREEMENT, entered into t day of 19 �, by and betweeW the CITY OF NEWPORT BEACH, reinafter "Ci and TRAUTWETN HERS WATERFRONT CO STRUCTION hereinafter "Contractor,' is made with reference to the fol owing facts: (a) City has heretofore advertised for bids for the following described public work: PUBLIC BAY PIER FLOAT REPLACEMENT C -2476 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: PUBLIC BAY PIER FLOAT REPLACEMENT C -2476 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 ** * * * * * * * * * * ** d I r and No 100 * * * * * * * ** ($ 44.484.00 * * * *)• sl This compensation includes 1 any oss 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) m • 0 Page 16 (f) Plans and Special Provisions for e (g) This Contract. 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. ATTEST: APPROVED AS TO FORM: &U4 6. K� City Attorney TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Name of r for (Pr pa) Au orized Si natu a and Ti Authorized Signature and Title CITY CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR PUBLIC BAY PIER FLOAT REPLACEMENT CONTRACT NO. 2476 I. SCOPE OF WORK The work to be done under this contract consists of constructing and replacing floats at six (6) pier sites plus miscellaneous appurtenances, all as shown on the plans and specifications. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing H- 5101 -S), the City's Standard Special Provisions and Standard Drawin s for Public Works Construction, 98 Edition, and the Standard Specifications (Standard S ecifications or Public Works Construction, 1985 Edition. Copies of the Stan and Speci ications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034; telephone (213) 202 -7775. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department. II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor shall complete all onsite work, including cleanup, by August 31, 1985. The Contractor shall complete work at each site, including cleanup, within twelve (12) consecutive calendar days after commencement of construction at that site. III. PAYMENT The unit or lump sum price for each item of work shown on the proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the pro- posal, shall be included in the price bid for the related items of work. IV. SHOP DRAWINGS General. The Contractor shall furnish to the Engineer such shop drawings, materials and samples as required herein. All shop drawings, materials and samples shall be submitted to the Engineer for review in accordance with Section 2 -5.3 of the Standard Specifications. Sho ata Defined. Shop etaDra aD drawings, product details required for fabrication and V. CONSTRUCTION A. General 0 drawings include without limitation, shop data and samples. They shall contain all shop notes at a reasonable scale. Floats shall be monolithically cast modular flotation pontoons composed of solid polystyrene foam core within a quality - controlled structural concrete or polyethylene jacket. The pontoons shall be structurally interconnected utilizing a timber wale or through -bolt system. B. Scope of Work The Contractor shall furnish all tools, equipment, materials, and sup- plies and shall perform all labor and professional services necessary for the design, layout, fabrication, assembly, relocation and installa- tion of float, including appurtenances and guide piles, as specified herein and as shown on the drawings. The work shall include, engi- neering submittals and approvals, product data and samples, production quality control and records, acceptance testing, etc. Submittals 1. Drawings and Calculations: Engineering design drawings and supporting calculations for floats shall be prepared by a civil or structural engineer registered in the State of California. Said drawings and calculations shall be submitted for the Engineer's approval in accor- dance with Section 2 -5.3 of the Standard Specifications. Design drawings shall be in accordance with layout and dimensions con- tained in the plans. Only minor variations necessary to adapt to the pontoon system alternates will be permitted. 2. Product Data and Samples: The Contractor shall submit catalog data for all standard manufactured products and a sample of his dock bumper for the Engineer's approval in accordance with Section 2 -5.3 of the Standard Specifications. D. Quality Assurance 1. The proposed float manufacturer shall have been principally engaged in manufacture or fabrication and installation of floats for not less than five years, and shall be able to demonstrate the installation of at least the square footage of floats required under this Contract which have been in satisfactory service for five years or more. 2. The float installer (the float manufacturer or the Contractor) shall furnish the Engineer with satisfactory evidence of experience and qualifica tions in the installation of floats and appurtenances. E. The Contractor shall submit certificates attesting that all materials used in manufacture of floats delivered to the site conform to quality requirements specified herein. Certificates shall include, but not be limited to, those for: a. Portland cement. b. Concrete aggregates. Reinforcing bars and mesh. d. Plastic materials. e. Galvanizing and protective coatings. 4. The Contractor shall use handling equipment of adequate size to prevent damage or overstressing during transportation and handling. If a float is not launched as received at the site, the Contractor shall store the float on flat surfaces with suitable cushioning, and prevent point loadings at all times. 5. The Contractor shall repair damaged sections of a float as approved by the Engineer. If the Engineer determines that damage repair is unac- ceptable, the Contractor shall promptly remove the defective float from the site and provide a new undamaged replacement at no extra cost to the City. Float Design Criteria and Requirements Freeboard: The deck structure shall be supported by pontoons such that the surface of the finished deck shall not be more than 20" nor less than 15" above the water surface without live load, and not less than 10" above the water surface under full dead and live loads. Dead loads: Structure dead loads shall include the weight of framing, deck panels, pile guides, gangway, and all other permanent construction which will become a part of the structure. The freeboard calculated for dead loads shall include an allowance for aquatic growth and water absorption by the pontoons if appropriate. For the purpose of calcu- lating dead loads, unit weight of lumber shall be taken as 35 pounds per cubic foot. 3. Live loads: Floats shall be designed to support a uniform live load of of 20 pounds per square foot. They shall also be designed to support a concentrated load of 400 pounds located on the deck without causing tilting which exceeds minimum freeboard requirements. These design loads are not to be applied simultaneously. Live loads transmitted from a gangway to a float shall be calculated on the basis of 20 pounds per square foot of gangway area applied concurrently with a live load of 20 pounds per square foot on the float. 0 0 4. Lateral Loads: Lateral loads due to wind, waves, and impact shall be included in the system design in accordance with the 1984 Layout and Design Guidelines for Small Craft Berthing Facilities of the Department of Boating and Waterways. Maximum wave height shall be assumed to be one foot. Loads due to currents may be neglected. 5. Stresses: Design stresses shall conform to the requirements of the Uniform Building Code for the various materials specified. F. Removals The Contractor shall extract and dispose of timber, steel and concrete guide piles at various floats as detailed on the plans. He shall also remove and dispose of existing floats at all six jobsites. Existing guide pile top ornamentation shall be salvaged from all piles at each site, cleaned and delivered to the Engineer at the s ti e. G. Gangways The Contractor shall remove and replace or support in place existing gangways as necessary to replace floats and guide piles. H. Barricades The Contractor shall barricade existing piers and install appropriate signs to prohibit pedestrian access to the piers. Such barricades and signs shall be maintained by the Contractor from the date of existing float removal until the date of Engineer's acceptance of the replacement float. I. Insurance In addition to the liability insurance specified in Section 7.3 of the Standard Specifications, the Contractor shall furnish proof of coverage under the Longshoremen's and Harbor Workers' Compensation Act. J. Components and Materials 1. Decks: Decks and wale systems shall be fabricated from 2 -inch minimum thickness timber treated with preservative or a composite timber /concrete system, also treated with preservative. Timber shall be Coast Region Douglas Fir air dried to a 20% maximum moisture content. Preservatives shall be Chromated Copper Arsenate (CCA -C) or Pentachlorophenol with propane gas as the bearing medium. Retention shall be at least 0.4 pounds per cubic foot. Concentrated preservative shall be applied to all field cuts and borings. All surfaces of timber, except deck surfaces, shall be incised. Splice plates and blocking shall equal the dimensions of the members which are being spliced or blocked. Blocking shall be spaced at 4 -foot o.c. maximum. 9 0 The Contractor shall apply at least one coat of oil stain to all exposed timber surfaces. Stain shall be a mixture of 4 to 5 parts #2 diesel oil to one part turbine oil. Stringer connections shall be with 1/4 -inch minimum thickness steel clip angles and plates. Pontoons Pontoons shall be integrated into the deck and wale system in a manner which will assure a stiff composite action of the deck -wall- pontoon system throughout the life of the float. Pontoons shall consist of a polystyrene core within a polyethylene or concrete jacket. The core shall be a solid block of polystyrene foam weighing between .95 and 1.05 pounds per cubic foot. Water absorption shall not exceed 0.1 pounds per cubic foot in 48 hours under 10 feet of head. The coVershall be constructed with 3/4 -inch thick grade C -C exterior plywood which has been treated with preservatives per Section J. 1. above. Polyethylene jackets shall be formed in one piece by rotational molding cross liked polyethylene, such as Marlex C1 -100 produced by Phillips Petroleum. Polyethylene shall contain at least 2 1/2% of finely divided carbon black for ultraviolet resistance. The average wall thickness shall be at least 0.125 inches. The top attaching flange shall be at least 3 inches wide, with extended lip to cover the edges of the plywood core cover. Concrete jackets shall be formed from 3,500 psi minimum compressive strength concrete at 28 days. The average wall thickness shall be at least 1.0 inch. Chamfers shall be at least 3 inches wide for inside top corners and 1 inch at all other corners. Top and bottom corners shall be reinforced with 3/8 -inch minimum diameter steel reinforcement. Top, bottom and sides of jackets shall be reinforced with welded wire fabric. All reinforcement shall be galvanized per Section 210 -3 of the Standard Specifications, except that minimum weight of coating shall be 50% greater than that specified. Guide Piles Guide piles shall be either (1) new 12 -inch square precast piles fabri- cated from 4000 psi minimum compressive strength concrete at 28 days or (2) previously used, 12 -inch square precast piles presently stored at the Balboa Yacht Basin, 827 Harbor Island Drive, Newport Beach. The Contractor shall be solely responsible for loading, delivery, unloading, etc., of piles. He shall clean each pile to sound concrete, repair all defects, and obtain the Engineer's approval prior to reusing each pile. 4. 6. Piles shall be jetted to minimum 10 feet penetration into supporting material. The in -place pile shall be accurately placed, as shown on the plans, with an allowable vertical tolerance of 1/4 inch per foot length. All top of pile elevations shall be +11.0 feet MLLW. The Contractor shall sawcut to remove excess portions of piles. The remaining sawcut section shall be sealed with an epoxy coating appropriate for protecting the reinforcement. Concrete Sealant All exterior surfaces of concrete decks, pontoons and piles shall be prepared and sealed with a clear, penetrating, waterproofing sealant. Preparation shall include sandblasting to obtain clean, unstained concrete surfaces and washing in strict accordance with the sealant manufacturer's printed instructions. Sealant shall be applied full strength at the rate of 1 gallon per 200 square feet of prepared concrete. Sealant shall be Creto distributed by United Creto Company, 215 Riverside Drive, Newport Beach, CA (714) 650 -1530; Ashford Formula distributed by Martech Associates, 19836 Vintage Street, Chatsworth, CA (818) 993 -1163; or S nak S -101 distributed by ATACS, Inc., 2732 Hilltop Drive, Newport Beach, CA ) 159 -1713. Pile Guides Pile guides shall be eithep (1) prefabricated 4- roller apparatuses e+& The prefabricated 4- roller apparatus shall include ultra -high molecular weight polyethylene rollers on 3/4 -inch- minimum diameter stainless steel axles with stainless steel washers and cotter pins. the plae able }S.n I....n /. } +i..l e.... steel el]aps, -l.11 be 4abrieate a_ 4pe*- Attachment of eel -laps shall diameter. Pile Caps pile guides to decks be with stainless steel hardware not less than 1/4 -inch New pile caps shall be provided for all guide piles at each pier float replacement site. Caps shall be formed from concrete or polyethylene and secured to piles with a marine silicone adhesive. Base dimensions of caps shall match the dimensions of new or existing piles to which the caps are joined. 0 7. Dock Bumpers Dock bumpers shall be installed along the bayward side and along the ends of all floats. Bumpers shall be extruded vinyl plastic, ethylene, propylene, neoprene or other synthetic rubber. Bumper material shall be non - marking, color fast and non - chalking, com- pounded to resist salt water, ozone, embrittlement,. tearing and ultraviolet degradation. Bumpers shall have no less than a 3 -inch top flange and shall weigh no less than 3/4 pound per linear foot. Bumpers at corners of the deck shall be premolded. Bumpers shall be secured to rubrails with stainless steel or galvanized steel fasteners at 6 -inch maximum spacing. Cleats Cleats shall be 12 inches long, forged or die cast from grey iron, brass or stainless steel, with hex - shaped depressions for 2 flush 3/8 -inch or larger machine bolt heads. Cleats shall be double nutted through the deck. 9. Miscellaneous Fabrication and Fasteners Steel fabrication and shapes, nails, bolts, nuts washers, etc., shall be stainless or galvanized. All galvanizing shall be per Section 210 -3 of the Standard Specifications, except that the minimum weight of coating shall be 50% greater than specified. OZwOS.. w N o o£•mr"o cl 03 .N Si C T N fD CT (D S (D O O (D O N f�D UNS g00 <- (n , (b O• �-'3p < 3 O .J. 0 N 3 t0' N 3 0 p N 0 N t+ (+ (+ S+ 3 S O 0 0 (D w fi tf C (D O C (D (D (Dn a m zom - �•n -h O fD h r 3 c+ O N a c 0 o 7c -Y 3 carom 3 3 d W ( ON V (D D N w O ri- O h£ ��jW •O (D C S A K -'(D o 3 J. w r sv Qw m 7C —• N 1. O• �C O - -h 3 C"! (+rtw O S S 0 O. J• n (D N N p � Z n � S • • • 0 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: June 10, 1985 CITY COUNCIL AGENDA ITEM NO F -3(b) BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUN 101985 APPROVED RECOMMENDATION: Award Contract No. 2476 to Trautwein Brothers Waterfront Construction for the total price of $44,484, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on May 30, 1985, the City Clerk opened and read the following bids for this project: Bidder Total Price Low Trautwein Brothers Waterfront Construction $44,484 2 Anchor Marine Co. 49,968 3 Connolly- Pacific Co. 57,600 The low bid is 27% higher than the Engineer's estimate of $35,000. The low bidder, Trautwein Brothers Waterfront Construction, is a well - qualified general engineering contractor who has satisfactorily performed pre- vious contracts for the City. Funds from the following appropriations are proposed for the award: Description Account No. Amount Public Bay Pier Float Replacement 24- 4197 -017 $40,900 Balboa Pier Handrailing Repair 23- 4197 -007 3,584 A budget amendment to transfer the $3,584 into the Public Bay Pier Float Replacement account has been prepared for Council consideration. The $3,584 is a portion of the excess appropriation for contract work, which is now completed on Balboa Pier. The floats to be replaced are located at the N Street, Fernando Street, Washington Street, Coral Avenue, Sapphire Avenue and Opal Avenue street end piers. The existing floats are deteriorated beyond practicable repair. Plans and specifications for the project were prepared by the Public Wor s Department. The estimated date of completion is September 1, 1985. X4 Benjamin B. Nolan Public Works Director LD:jd 0 0 • • May 13, 1985 CITY COUNCIL AGENDA • AGENDA ITEM F -15 TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH FROM: Public Works Department SUBJECT: PUBLIC BAY PIER FLOAT REPLACEMENT (C -2476) MAY 13 +985 APPROVED RECOMMENDATIONS: 1. Approve the transfer of funds into Account No. 23- 4197 -017. 2. Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on May 30, 1985. DISCUSSION: • The current budget contains an appropriation of $20,000 for the re- placement of three rectangular floats at public bay piers. The existing floats, located at the N Street, Fernando Street and Coral Avenue street end piers, are deteriorated beyond practical repair. The budget also contains appropriations totaling $20,900 for the construction of timber groins to combat beach erosion. The groin construction requires permit approvals or clearances from the Corps of Engineers, the Coastal Commission and others. Inasmuch as (1) the approvals are not expected prior to July, (2) three additional floats, also deteriorated beyond repair, are sched- uled for replacement in the FY 1985 -86 budget, and (3) economies of staff time and float replacement costs may be realized, staff recommends that this year's groin construction funds be transferred into the float replacement account, and that Contract No. 2476 be expanded to replace six floats. The 1985 -86 budget would then be revised to fund groin construction in lieu of float replacements. The additional floats to be replaced Street, Sapphire Avenue and Opal Avenue street miscellaneous repairs are either underway or h Services Department forces at the six proposed • The funds proposed for transfer into Description Beach Stabilization Program Beach Stabilization Program Beach Stabilization Program are located at the Washington end piers. Gangway and other 3ve been completed by General float replacement locations. Account No. 23- 4197 -017 are: Account No. Amount 02- 4182 -245 $ •350 02- 4183 -245 7,500 02- 4184 -245 13,050 oe) • May 13, 1985 Subject: Public Bay Pier Float Replacement (C -2476) Page 2 A budget amendment to transfer these amounts has been prepared for • Council consideration. The Tidelands Affairs Committee concurs with the transfer of funds in order to expedite the float replacement. Plans and specifications Works Department. The Engineer's completion is September 1, 1985. Benjamin B. Nolan Public Works Director LD:jd • for the work were prepared by the Public estimate is $35,000. The estimated date of L' • THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, se. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above- entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14. 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the followina dates to -wit: MAY 161985 I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this day of '19 MAY 16 I46g Signature 883 PRODUCTION PLACE �3d' This spas for the County Clerk's Filing Stamp NOTICE INVITING BIDS Sealed hide mar be received et the office of the City Clerk, 3300 Now. portBoulevard,P.O: Box 1968,NejiR Beoah, CA92MMISu>dil 11d10 AM: on the 30th day of Way, 1985, iAwhich time such bide doll be aped- kd and read for -... . PUBLIC BAY P= I1*AT,BBPIACEWENT , . This a;loiabia Anrrrred tme 13th dt�at.Yfilg 1986 Wa £..Aaypb Y NEWPORT BEACH, CALIFORNIA 92663 y, o a CA /6 S� PROOF OF PUBLICATION