Loading...
HomeMy WebLinkAboutC-2587 - Public Bay Pier Float ReplacementCITY OF NEWPORT BEACH �r �C'4< /PORN March 3, 1987 Trautwein Brothers Waterfront Construction 2410 Newport Blvd. Newport Beach, CA 92663 Subject: Surety: Developers Insurance Carpany Bonds No. 937594P Contract No.: 2587 Project: Public Bay Pier Float Replacement The City Council of Newport Beach on January 26, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Ccupletion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on January 30, 1987, Reference No. 87- 055311. Sincerely, Wanda E. gi City Clerk WER :pm cc: Public Works Department City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PLEASE RETURN TO: City' Cletk f//7�t% T i City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92663 -3884 341 =it NOTICF. OF COMPLETION CONSIURATIO_• PUBLIC WORKS Ht:UORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -230 PM JAN 30 '87 EXEMPT C16 "I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on January 26, 1987 the Public Works project consisting of - Pnblic Bay Pier Float Replacement (C- 2587). on which Trautwein Brothers Waterfront ona ru son�410 Newport Blvd., Newport Beach, CA was the contractor, and Developers Insurance Company, P.O. Box 3343, 92663 was t was completed. Anaheim, CA 92803 c � ' � MAR 21987 C; fECE11t� C� CITY �-- •,0. ! rsigned, say: VERIFICATION CIT OF NEWPORT BEACH K lidrWorks 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 January 28, 1.987 at Newport Beach, California. J04-00'J�wr1 J. Publie 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 January 26, 1987 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 January 28, 1987 at Newport Beach, California. Clerk City CIT)POF NEWPORT MACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 January 28, 1987 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following do=rient for recordation and return to the above -named office: Public Bay Pier Float Replacement (C- 2587). Sincerely, Wanda E. Raggio i/ City Clerk 3300 Newport Boulevard, Newport Beach • • 0 TO: CITY COUNCIL FROM: Public Works Department January 26, 1987 Q9' i6ia t is ;df id CITY COUNCIL AGENDA CiTe C :^ :.;, =0Rf Fj FaCi ITEM N0. F -12 JAN 2 6 i9,a7 APPI(O V ED SUBJECT: ACCEPTANCE OF PUBLIC PIER FLOAT REPLACEMENT (C -2587) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the replacement of five public pier floats has been completed to the satisfaction of the Public Works Department. The bid price was $38,883.00 Amount of unit price items constructed 38,883.00 Amount of change orders None Total contract cost $38,883.00 Funds were budgeted in the Tide and Submerged Lands Fund, Account No. 23- 4297 -027. The contractor is Trautwein Brothers of Newport Beach, California. The contract date of completion was December 15, 1986 on December 12, 1986. 42, )Z4�� B. Nolan Public Works Director GPD:jd 0 The work was TO: V • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 FINANCE DIRECTOR ��3 D /'P�g FROM: CITY CLERK DATE: October 30, 1986 SUBJECT: Contract No. C -2587 Description of Contract Public Bay Pier Float Replacement Effective date of Contract October 30, 1986 Authorized by Minute Action, approved on October 13, 1986 Contract with Trautwein Brothers Waterfront Construction Address 2410 Newport Blvd. Newport Beach, CA 92663 Amount of Contract $38,883.00 sq ietet Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach City Clerk is • .s 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 29th day of August , 1986, at which time such bids sha—T1 be opened and read for PUBLIC BAY PIER FLOAT REPLACEMENT Title of Project 2587 Contract No. $36,500 Engineer's Estimate 6! Q jC0 / Approved by the City Council this 11th day of August , 1986. Wanda E. Raggio / 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 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 PUBLIC BAY PIER FLOAT REPLACEMENT CONTRACT NO. 2587 NOTICE TO BIDDERS August 26, 1986 Please be advised that the bid date has been changed from 11:00 A.M. on August 29, 1986, to 11:00 A.M. on September 19, 19 86 . Please sign and date this Addendum No. 1. It must be attached to your bid r�. Benjamin 8. Nolan Public Works Director TRAUTWEINJWTHERS WATE RONT CONST. Bidder Date 9/19/86 S/ muel Kniss Authorized Signature O V N N --4 O 'O -C-1 --1 2 A 2 -r m 2 3 m N N D m N N D m 3 M n z v n 0 O M A O N e. c+ S N C rF O I� CD CD Q !131 r3 �CD S M cv O N h rF rF S (D O O n T_ fi J w (D C+ w a J. Q S -T o T c rD T CD O h T 'O O J. fD � N O -h 7 S C1 CD T N (D C c+ v T 0 rD 7 C+ (+ S 0 (D o C o C+ h T S w rD C+ T rF c+ (D S X T w (D c C+ o n N T H C b O W o m IC-) "V C-) 0 00 C..) A O a A 0 N co rn h --1 O m 2 m v 0 p W m n 3x m O� Q n mz O p N O v A A 3 m 2 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM'NO. 2 PUBLIC BAY PIER FLOAT REPLACEMENT CONTRACT NO. 2537 Bidders shall propose to complete Contract No. 2587 in accordance with the Proposal as modified by this Addendum: 1. Special Provisions, Section II: Change 1st sentence to read, "The Contractor shall complete all onsite work, including cleanup, by December 15, 1986." 2. Special Provisions, Section V.C.2. Product Data and Samples: Change the sentence to read, "The Contractor shall submit catalog data for all standard manufactured products for the Engineer's approval in accordance with Section 2 -5.3 of the Standard Specifications." 3. Special Provisions, Section V.J.2. Pontoons: Change the last sentence of paragraph 2 to read, "The core shall be covered with 3 /4- inch -thick Grade C -C exterior plywood which has been treated with preservatives per Section J.1, above." Change the 1st sentence of paragraph 3 to read, "Polyethylene jackets shall be formed in one piece by rotational molding cross - linked polyethylene, such as Marlex CL -100 produced by Phillips Petroleum." 4. Special Provisions, Section V.J.6. Pile Caps: Change 2nd sentence to read, "Caps shall be formed from concrete, polyethylene or fiberglass, and secured with a marine silicone adhesive to guide piles which have been prepared in accordance with the adhesive manufacturer's written instructions." 5. Special Provisions, Section V.J.8. Cleats: Change last sentence to read, "Cleats shall be double nutted through the deck or fascia rails." Please sign and date this Addendum No. 2, and attach it and Addendum No. 1 to your Proposal. No Proposal will be considered unless both Addenda are completed ar attached. ����"�- ruw� enjamin B. Nolan Public Works Director TRAUTWEIN ERS WATERFRONT CONST. le_- Bidder 9/19/86 �S /S(Auel Knits I Date Authorized Signature CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PUBLIC BAY PIER FLOAT REPLACEMENT CONTRACT NO. 2587 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2587 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY NO. AND UNIT M DESCRIPTION UNIT PRICE WRITTEN IN WORDS N TOTAL PRICE PRICE 1. Lump Sum Mobilization @ -0- Dollars and Cents $ -0- Per Lump Sum _ 2. Lump Sum Construct float replacement at 19th Street public pier Eight thousand two hundred @ twenty -seven ------- - - - - -- Dollars and no ------------- --- - - - -- -- Cents $8,227.00 Per Lump Sum _ 3. Lump Sum Construct float replacement at 15th Street public pier Ten thousand three hundred @ sixty -four --------- - - - --- Dollars and no /100 _ Cents $10,364.00 Per Lump Sum • . PR 1.2 TT—Em QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct float replacement at 10th Street public pier Three thousand eight hundred @ thirty -eight --------- - - - - -- Dollars and no - ----- ------------- - - - - -- Cents Per Lump Sum 5. Lump Sum Construct float replacement at Emerald Avenue public pier Eight thousand two hundred @ twenty -seven -------- - - - - -- Dollars and no -- ----------- --- -- -- - - -- Cents Per Lump Sum 6. Lump Sum Construct float replacement at Park Avenue public pier Eight thousand two hundred @ twenty —seven -------- - - - - -- Dollars and no - ------ ---- --- ---- - - ---- Cents Per Lump Sum TOTALhiRrty eight thousanOd eight hundred Teighty -three -- ---- ------ ----- -- -- -- - --- no------------ ---- ------- -------- - - - - -- 451559- A Contractor's Lic. No. & classification (714) 673 -1960 Bidder's Telephone Number 9/19/86 Date - Dollars and Cents $ 3,838.00 $ 8,227.00 $ 8,227.00 TRAUTWEIN BRQTMRS WATERFRO CONST. Bidder Samuel Kniss -Part r Authorized Signature /Title 2410 Newport Blvd. Newport Beach, CA 92663 kidder's Andress -- • . 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 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 sale 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 - A TRAUTWEINOROS. - WATERFRONT CONST. Contr's Lic. No. & Classification Bidder 9�19L86 / iuel Kil'ss Partner 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. Subcontract Work Subcontractor Address 1. NONE 2. 3. 4. 5. 6. 7. B. 9. 10. 11. 12. FOR ORIGINA EE CITY CLERK'S FILE COPY Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Trautwein Brothers Waterfront Construction , as bidder, and Developers Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of Ten percent of the total amount bid in ---------------- Aollars ($ 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 2587 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 26th day of August , 1986 (Attach acknowledgement of Attorney -in -Fact) S /June J. Johnson Notary Public Commission Expires: February 4, 1988 TRAUTWEIN BROTHERS - Partner ature /Title DEVELOPERS INSURANCE COMPANY Surety By S/Mary Therese Allen Kissner Title Attnrney-in-Fart 0 • • 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. Subscribed and sworn to before me this 19th day of September , 1986 . My commission expires: February 4, 1988 TRAUTWEIN BROS. WATERFRONT CONST. Bidder 5 Samuel Kniss artner Authorized Signature /Title S /June J. Johnson Notary Public • • 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. PLEASE SEE ATTACHED TRAUTWEIN BROS. WATERFRONT Bidder 14: c H ner AuthorTnj Signature /Tit e PROJECTS COMPLETED.BY TRAUTWEIN BROTHERS 1976 to Present Completed in 1975 Pedestrian Bridge. Fullerton, CA Broadmoor Homes, Inc. 155 Boat Slip Marina. Shelter Island, San Diego, CA Marina Cortez. 67 Boat Slip Marina and Wharf Development. Monterey, CA/ City of Monterey. Harbor Master Float and Sabot Docks, Ventura, CA Ventura Port District. Completed in 1976 74 Boat Slips. Villa Marina, Newport Beach, CA. Irvine Co. & McLain Development Co. 1000 Boat Slip Marina and Facilities. Dana Point harbor, CA Dana West Marina. During the past eight years we have constructed and serviced 180 to 200 separate home docks of various sizes each year. Completed in 1977 50 New Boat Slips. Dana Point Harbor, CA County of Orange Harbor Department. 45 Additional Boat Slips. Shelter Island, San Diego, CA. Marina Cortez. Completed in 1978 14 Boat Slips and Seawall. Newport Beach, CA Laguna Shaws. 35 Boat Docks, Newport Beach, CA County of Orange. 70 Boat Slips and Additional Dock Work. Redondo Beach, CA Redondo Beach Marina. Dock and Groin Work. Harbor Master, Redondo Beach, CA City of Redondo. Completed in 1979 300 Boat Slips. Huntington Beach, CA Peter's Landing (Maguire Partnership) 475 Boat Slip Marina and Facilities, Ventura, CA Ventura West Marina 40 Boat Slips, Fun Zone, Newport Beach, CA T H D 50 Boat Slips and Dock Work. Ventura, CA Ventura Yacht Club. Completed in 1980 • • 102 Boat Slips. Balboa Marina, Newport Beach, CA The Irvine Co. Seawall and Boat Docks. Sea Scouts Base, Newport Beach, CA Boy Scouts of America - Berny Construction Co. Completed in 1981 Seawall and Boat Docks. Newport Beach, CA Lancer Completed in 1982 Boat Docks Phase 11. Marina Pacifica, Long Beach, CA R. Langslet & Son. Completed in 1983 Boat Docks Phase Il. Ventura, CA Ventura West Marina Rowing and Canoeing Venue. Lake Casitas, CA L.A.O.O.C. Marina Boat Docks. Harbor Town Inn, Ventura, CA Ocean Resorts Develop. Co. / Anderson Develop. Co. Completed in 1984 Docks and Ramps. Davis & Golden Ave's Launching Ramps. Long Beach, CA. City of Long Beach Seawall. Sheriff's /Harbor Master Office, Newport Beach, CA County of Orange. Launching Ramp and Dock. Coronado, CA City of Coronado. Completed in 1985 Replace Boat Slips. Coronado, CA Glorietta Bay Marina. New 200' Seawall. 2901 Coast Hwy. Newport Beach, CA Harbor Lights Hui. Install 800' f Steel Sheet Pile. 2901 Coast Hwy, Newport Beach, CA Harbor Lights Hui. Completed in 1986 Seawall. 760 Via Lido Nord, Newport Beach, CA Cayman Development Newport Pier Handrail Completion and South Bay Front Groin Construction. City of Newport Beach 0 NOTICE 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 format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property- Casualty. Coverages shall be provided for all 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 edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. Page 7 EXECUTED IN FOUR (4) ORIGINAL COUNTERPARTS BOND NO. 937594P "ORIGINAL" + • Page 8 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 13, 1986 has awarded to TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION hereinafter designated as the "Principal ", a contract for Public Bay Pier Float Replacement (C -2587) 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 pny kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION DEVELOPERS INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of THIRTY EIGHT THOUSAND EIGHT HUNDRED EIGHTY THREE * * * * _Dollars ($ 38,883.00 ), 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, 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 S 11 Payment Bond (Continued) • Page 9 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 21ST day of OCTOBER 19 86 TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION (Seal) Name of Confrszctor Principal Authorized Signature and Title DEVELOPERS INSURANCE COMPANY (Seal) Name of Surety P.O. Box 3343, Anaheim, CA 92303 Address of rety By: Signature and Title of uthol i°zed- _ eiYt . David A. Jones, Attorney -ir -Tact: P.O. Box 3343, Anaheim, CA 92803 Address of Agent 714/999 -1471 Telephone No. of Agent b n A W H d z < N N 3 w 0 :.i C o' n n STAPLE HERE 3 S o- F E w a Y Y O b 0 0 Y 6 vi o memo f' g n O F b m n O V V y7 � F b � y D y a. 3 ry C7 o < w o P. u 9 G • 3 � n O O 7 N N s P G' n O K n z m K r ° n � y I r z OI9> Q O 3 c 'tea i z 0 b T 0 6 v N O x z EXECUTED IN FOUR (4) ORIGINAL COUNTERPARTS "ORIGINAL" • FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That BOND NO. 937594P • PREMIUM: $560.00 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted October 13 1986 has awarded to TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, as Principal, and TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION DEVELOPERS INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of THIRTY EIGHT THOUSAND EIGHT HUNDRED EIGHTY THREE * * * * * Dollars ($ 38,883.00 ) , 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 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 21ST day of OCTOBER 19 86 TRAUTWEIN BROTHERS WATERFRONT Authorized Signature and Title DEVELOPERS INSURANCE COMPANY _ (seal) Name of Surety P.O. Box 3343, Anaheim, CA 97803 Address of ety Jlgndture ana Iltle OT AuTnorizea RgenT David A, Jones, Attorney -in -Fact P.O. Box 3343, Anaheim, CA 92803 Address of Agent 714/999 -1471 Telephone No. of Agent i - - - -- - _- POWER OF ATTORNEY N° 016281 DEVELOP RS INSURANCE POMPANY P.O. Box 3343, Anaheim, Ca]iL. 92803 EXPIRATION DATE: December 31, 1986 KNOW ALL MEN BY THESE PRESENTS: That DEVELOPERS INSURANCE COMPANY, A corporation, duly organized and existing under the laws of the State of California, and having its Home Office in the City of Anaheim, California, does hereby make, constitute and appoint DAVID A, JONES its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for and on its behalf as surety, any and all bonds or undertakings in an amount not exceeding $1,500,000 in any single undertaking in accordance with its charter and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its Secretary, hereby ratifying and confirming the acts of Attomey(s }in -Fact may do to these presents. This power of Attorney does not corer the fallowing: Bank depositor, bonds- nwrtgage deficiency' bond, mortgage guarantee bonds. guarantees of installment paper, note guarantee bonds, bonds on financial institutions, lease bond., i ,oratico companS qualifving herds. warehouse bonds, self - insurers bonds, fidelity bonds, hull bonds, wage law bonds, and fltluciare bonds. This power of attorney is granted pursuant to Article IV, Section I I and 12 of By -laws of DEVELOPERS INSURANCE COMPANY adopted on the thirtieth day of March, 1979, and now in full force and effect. Article IV. Appointment and Authority of Resident Assistant Secretaries, and Attorney -in -Fact and agents to accept Legal Process and Make Appearances. Section 11. The Chairman of the Board, the President, any Vice President, any Secretary or any Treasurer may appoint attorneys -in -fact or agents with power and authority, as defined or limited to their respective power of attorney, for and on behalf of the corporation to execute and deliver, and affix the seal of the corporation thereto, bonds, undertakings, recognizances, consent, of surety or other written obligations in the nature thereof and any of said officers may remove such attorney- imfact or agent and revoke the power and authority given to him. Section 12. Any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the corporation when signed by the Chairman of the Board, the President, any Vice President or any Treasurer and duly attested and sealed, if a seal is required, by any Secretary or when signed by the Chairman of the Board, the President, any Vice President or any Treasurer and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent and any such bond, undertaking, recognizance, consent of surely or written obligation in the nature thereof shall be valid and binding upon the corporation when duly executed and sealed, if a seal is required by one or more attorneys- in -faa or agents Pursuant to and within the limits of the authority granted by his or their powers of attorney. s This power of attorney is signed and sealed under and by authority of the following Resolution adopted by the Board of Directors of DEVELOPERS INSURANCE COMPANY at a meeting duly called and held on the third day of August, 1982, and that said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice - President or Assistant Secretary of this corporation, may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or certificate bearing such facsimile signature but shall not be valid and binding upon the corporation unless the seal of the corporation is affixed on such power of attorney, revocation of any power of attorney, or certificate bearing a facsimile signature." NOTICE: 1. This Power void unless corporate seal perforates power next to signatures. 2. This Power void if altered or erased. 3, Power of attorney should not be returned to Attorney -in -Fact, but should remain a permanent part of the obligee's records. 4. This Power is void unless the seal is readable, text is in brown ink, signatures are in blue ink and notice is in red ink. IN WITNESS WHEREOF, DEVELOPERS INSURANCE COMPANY has caused these presents to be signed by its Secretary, and its corporate seal to be hereunto affixed this fifth day of December, 1984. DRS INSURANCE COMPANY BY. STATE OF CALIFORNIA /L COUNTY OF LOS ANGELES ss. Paul E. Griffin, Jr., Secretar z' / On this fifth day of December, 1984. before me personally came Paul E. Griffin, Jr., to me known who being by me duly sworn, did depose and say: that he is Secretary of DEVELOPERS INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. OFFICIAL SEAL MARY MARY R - CAU o NOTARY oVBLt[ • CAl1FORNIP BY: LOS A.%EIES COORIY My namm. aapires DEC 20, 1985 STATE OF CALIFORNIA COUNTY OF LOS ANGELES ss. I the undersigned Vice - President of DEVELOPERS INSURANCE COMPANY, a California corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article IV, Sections I I and 12 of the By -laws of the corporation, and the Resolution of the Board of Directors, set forth in the power of attorney, are now in force. Signed and sealed at Anaheim. California, this 21st day of October '1986 r Thomas H. Tyrell, Jn, Executi cc President WARNING'. This is a copyrighted document. Any unauthorized reproduction is prohibited. FORM D[ 001 10185 ® DEVELOPERS INSURANCE COMPANY, 1985 All Rights Reserved. ObERTIFICATE OF INSURANCE • City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED ERS WATERFRONT CONSTRUCTION I Page 12 A GREAT AMERICAN INSURANCE CO. Lompany B Letter FIREMAN`S FUND INSURANCE Co. Company C Letter Company D Letter Company E i o + +or 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). �Z Rio, 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 ail, attention: Public Works Department. 0 J. W. ve Agency: FRANK B HALL & CO OF rATTF_ Date: OCTOBER 16, 1986 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 BAY PIER FLOAT REPLACEMENT (C-25871 X 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. RE Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY FFECTI Bodily Injury $ $ A x Comprehensive Form SLP 04/01/8 x Premises - Operations 8647345 Property Damage $ $ x Explosion & Collapse Hazard XPIRATI x Underground Hazard o4 /0l /8 x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1 , , 000 $ 1,000, x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 1,000, Aviation AUTOMOTIVE LIABILITY A ❑x Comprehensive Form BA FFECTIW, Bodily Injury $ 8647346 04/01/8 Each Person ❑x Owned o y n�ury $ XPIRATI (Each Occurrence Pro ert ama e ❑X Hired 04/01/8 Bodily Injury and ❑x Non -owned Property Damage Combined $ 1,0001 EXCESS LIABILITY FFECTI B © Umbrella Form XLB 04 /01/8 Bodily Injury ❑ Other than Umbrella Form 1715461'W N and Property Damage Combined $ $ 04/01/8 5,000, 5,000, WORKERS' COMPENSATION FFECTI Statutor 8 2,000, (Each Accident) A and EMPL'OYER'S LIABILITY V1CP 8647247 04/01/8 XPIRATI �Z Rio, 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 ail, attention: Public Works Department. 0 J. W. ve Agency: FRANK B HALL & CO OF rATTF_ Date: OCTOBER 16, 1986 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 BAY PIER FLOAT REPLACEMENT (C-25871 X 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. RE 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 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 1,000,000. each occurrence each occurrence 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: PUBLIC BAY PIER FLOAT REPLACEMENT (C -2587 Project Title and Contract No.). This endorsement is effective 10/16/86 at 12:01 A.M. and forms a part of Policy No. BA8647346 Named Insured TRAUTWEIN BROTHERS WATERFRONT CONSTRUCTION Endorsement No. Name of Insurance Company GREAT AMERICAN INS. CO. By �'SGG• Authors ed Representative J. W. SEARLES /T. A. KNITTLE E 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 nold 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 $ 1,000,000. 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 BAY PIER FLOAT Project Title and Conl This endorsement is effective 10/16/86 at 12:01 A.M. and forms a part of Policy No. SLPS647345 Named Insured TRAUTWEIN BROTHERS WATERFRONT CONSTR XITTnN Endorsement No. Name of Insurance Company GREAT AMERICAN INS. CO. By /f Authors Represent�ve J. W. SEARLES /T. A. KNITTLE Page 15 CONTRACT THIS AGREEMENT, entered into thi day of �G�' 19 by and between the CITY OF NEWPORT BEAGy reinafter "City," and Trautwein Brothers Waterfront Const. reinafter "Contractor," is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: lic Bay Pier Float Title of F lacement (C -2587) 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 itie or Pr (C-2 W ontract 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 Thirty -eight thousand eight hundred eiahty -three dollars and no cents 5 38.883.00 )• 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) • Page 16 (f) Plans and Special Provisions for e of Project Contract No. (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: City Clerk AS TO FORM: CITY u TRAUTWEIN BROVERS WA ERFRONT CONSTRUCTION Name of a to rincip 1) Aut orized gnature and Title Authorized Signature and Title 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR PUBLIC BAY PIER FLOAT REPLACEMENT CONTRACT NO. 2587 I. SCOPE OF WORK 40 SP 1 of 6 The work to be done under this contract consists of constructing and replacing floats at five (5) 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- 5106 -S), the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1985 Edition, and the Standard Specifications (Standard Specifications for Public Works Construction, 1985 Edition. Copies of the Standard Specifications 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 �`1 " 5. The Contractor shall complete work at each site, 11M including cleanup, within twelve (12) consecutive calendar days after �>&b:Z_7). 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. Partial payments for Mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. 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. * SP 2 of 6 Shop Drawings and Data Defined. Shop drawings include without limitation, shop detail, fabrication drawings, product data and samples. They shall contain all details required for fabrication and shop notes at a reasonable scale. V. CONSTRUCTION A. General 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. 8. 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 floats, as specified herein and as shown on the drawings. The work shall include, engineering submittals and approvals, product data and samples, production quality control and records, acceptance testing, etc. C. 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. Qualitv 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 qualifications in the installation of floats and appurtenances. • SP3of6 3. 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. c. 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. E. Float Desiqn Criteria and Requirements 1. 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. 2. 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 an the float. • SP4of6 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 remove and dispose of existing floats at all five job - sites. Existing guide pile top ornamentation shall be protected. G. Gangways The Contractor shall remove and replace or support in place existing gangways as necessary to replace floats. 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. SP5of6 The Contractor shall apply at least one coat 00il 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. 2. 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 core shall 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 CL -100 produced by Phillips Petroleum. Polyethylene shall contain at least 2 112% 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. 5. Pile Guides Pile guides shall be prefabricated 4- roller apparatuses. 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. Attachment of pile guides to decks shall be with stainless steel hard- ware not less than 1/4 -inch diameter. 6. Pile Caps New pile caps shall be provided for all guide piles at each pier float replacement site except at Emerald and Park Avenues. 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. SP 6 of 6 7. Dock Bumpers Dock bumpers shall be 2 inches by 8 inches treated and stained timber. Bumpers shall be secured to rubrails with stainless steel or galvanized steel fasteners at 6 -inch maximum spacing. The fasteners shall be countersunk 3/4 -inch deep to preclude abrasion against boats. 8. 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. S 0 To: CITY COUNCIL From: Public Works Department is October 13, 1986 CITY COUNCIL AGENDA ITEM N0. F -3(d) BY THE CITY COUNCIL CITY OF NEWPORT REACH Subject: Public Bay Pier Float Replacment (C -2587) OV 13 1986 RECOMMENDATIONS: APPROVEP Award Contract No. 2587 to Trautwein Brothers Waterfront Construction for the total price bid of $38,883 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 a.m. on September 19, 1986, the City Clerk opened and read the followings bids for this project: Bidder Total Price Trautwein Brothers Waterfront Construction $38,883 Connolly- Pacific $40,500 The low bid is 8% higher than the Engineer's estimate of $36,500. The low bidder, Trautwein Brothers, is a well - qualified general contractor who has satisfactorily performed previous contracts for the City. Funds for the award may be taken from the following appropriations: Public Bay Pier Float Replacement 23- 4297 -027 $36,500 Harbor Street End Improvement Program 02- 4186 -052 $ 2,383 This is the third part of a three year program to upgrade public floats in the Lower Bay. Floats will be replaced at the 10th Street, 15th Street, 19th Street, Emerald Avenue and Park Avenue street end piers. • Plans and specifications were prepared by the Public Works Del? artment. All work should be completed by December 1, 1986. Benjamin B. Nolan Public Works Director LD.bm C • 0 Py) August 11, 1986 CITY COUNCIL AGENDA ITEM NO. F -17 TO: CITY COUNCIL FROM: Public Works Department V THE CITY COUNCIL CITY Or NE&ORT BEpCii SUBJECT: PUBLIC PIER FLOAT REPLACEMENT (C -2587) AUG 11 1996 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to to be opened at 11:00 A.M. on August 29, 1986. DISCUSSION: The current budget contains an appropriation of $36,500 for the re- placement of five rectangular floats at public bay piers. The existing floats, located at the 19th Street, 15th Street, 10th Streeet, Emerald Avenue and Park Avenue street end piers, are deteriorated beyond practical repair. Gangway and other miscellaneous repairs are either underway or have been completed by General Services Department forces at the five proposed float replacement loca- tions. This is the third part of a three -year program to upgrade public floats in the lower bay. Adequate funds have been appropriated in the current budget to award the estimated cost of $36,500. The plans and specifications were prepared by the Public Works Department. The contract requires completion of all work by November 1, 1986. Benjamin B. Nolan Public Works Director LRD:jd Office Address: 883 Production Place Newport Beach, CA 92663 1714) 631 -8120 STATE OF CALIFORNIA County of Orange, e Newp6d Ensign ss, PROOF OF PUBLICATION - -+ (2015.5 C.C.P•) II----------------------------- 11----------------------------- I I am a citizen of the United States " and a resident of the County afore- I� said; I am over the age of eighteen ii years, and not a party to or inter- 11 NOTICE INVITING BIDS ested in the above - entitled matter. I I sealed bids may be I am the principal clerk of the rin- P P P I I re aw at the office of the City Clark, 3300 Newport ter of the Newport Ensign newspaper Boulevard, P.O. Boor 1768, of general circulation, printed and Newport Beach CA92658- 0915 until 11:00 A.M. published weekly in the city of New- I 1 I 1 on the 29th day of August, port Beach, County of Orange, and I I 1986, at which time such bids opened and which newspaper has been adjudged a II newspaper of general circulation by I i PUBLIC REPL LAC PIER FLOAT ACEMENT the Superior Court of the County of I =4o M40 Orange, State of California, under 11 Engineers Estimate: S36,500 the date of May 14, 1951, CASE NUM- i i Appraredby the City BER A -20178 that the notice, of 1 1 Councifthis 11!11 day - of August, 1986 which the annexed is a printed copy II Wanda E.Ragglo ( set in type not smaller than non- I t 1'rospeati�ve Clerk may pareil) has been published in each ' I obtain one set of bip doc- regular and entire issue of said uments at no cost at the otgoe Of the Public works_ newspaper and not in any supplement II OeParbnard, 3300 Newport Boulevard„ P.O. Box 1768, 1768, thereof on the following dates to- i i Beach, CA 92658- 4, it: 891 5. j For further information, I I call Lloyd R. DatOort, Project � at644.3311: 1 I I 1 8/1 5319 II 11 II II ' I certify (or declare) under penalty II cf perjury that the foregoing is true and correct. Dated in Newport Beach, if California yn_ / II 11 SIGNATURE I II it 11 � II II _ II BECK L. BOLTON II II LEGAL ADVERTISING DIRECTOR II II A Division of Baker Communications II II 1 1