Loading...
HomeMy WebLinkAboutC-2615 - Newport Pier and Balboa Pier repairCIT OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658-8915 (714) 644 -3005 May 22, 1987 W. W. Stephenson Co., Inc. 1305 E. Burnett Long Beach, CA 90806 Subject: Surety: Great American Insurance Company Bonds No. 61444329 Contract No.: C -2615 Project: Newport Pier and Balboa Pier Repair The City Council of Newport Beach on April 27, 1987 accepted the work of subject project and authorized the City Clerk to file a Notice of Conpletion 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 May 6, 1987, Reference No. 87- 254325. Sincerely, & -VI ;;' - . 110-taggi-0 ea#�� City Clerk au cc: Public Works Department 3300 Newport Boulevard, Newport Beach ...RE00RDING .... '. . PL 'nRzTV N To: 87- 254325 City Clerk? /`2 , . 0 EXEMPT RECORDING REQUEST PEA City of Newp rt B "ach GOVERNMEN'TC €OV 610 3300 Newport Blvd. S i11� Newport Beach, CA 92663 -3884 EXCiP7 NOTICE OF COMPI,E NO Co" S S LtEF \F11lIPP7 PUBLIC WORKS 'I o All Laborers and Material Men and to Every Other Person Intereste '.- YOU WILL PLEASE TAKE NOTICE that on April 27, 1987 _ the Public Works project consisting of Newport Pier and Balboa Pier Repair (C -2615 ) on which W. W. Stephenson Co., Inc., 1305 E. Burnett, Long Beach, CA 90806 was the contractor, and Great American Insurance Company, P.O. Box 5440, Orange was the surety, was completed. CA, 92667 VERIFICATION I, the undersigned, say: CITY OF NEWPORT �{lBBFAA/�CH Public�Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 29, 1987 at Newport Beach, California. &,�rvt. - 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 April 27, 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 April 29, 1987 at Newport Beach, California. City Clerk ' RECORDED �N OFFICIAL RECORDS OF ORatd ;E CO(�nlrp', CAUcR A -4 go PM MAY 6787 CJJNTy RECORDER CIT1'�F NEWPORT BIACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 April 30, 1987 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Notice of Completion for C -2478, C -2538, C -2613 and C -2615. Sincerely, Wanda E. Raggio • /�� City Clerk 3300 Newport Boulevard, Newport Beach • • TO: CITY COUNCIL FROM: Public Works Department April 27, 1987 x CITY COUNCIL AGENDA :..Y. 6% :?.Ti ITEM N0. F -14 A1'127 7 APPROVED SUBJECT: ACCEPTANCE OF NEWPORT PIER AND BALBOA PIER REPAIR (C -2615) 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 repair of the Newport and Balboa Piers has been completed to the satisfaction of the Public Works Department. The bid price was $27,737 Amount of unit price items constructed 28,552 Amount of change orders None otal contract cost $28,552 Funds were budgeted in the General Fund, Account No. 02- 4197 -300. The increase in the amount of unit price items constructed was due to replacing one additional stringer. The contractor is W. W. Stephenson Co., Inc. of Long Beach. The contract date of completion was March 20, 1987. The work was completed on March 18, 1987. Benjamin B. Nolan Public Works Director • GPD:jd CITAF NEWPORT BPACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 4, 1986 SUBJECT: Contract No. C -2615 / ✓/ /V /s4 Description of Contract Newport Pier and Balboa Pier Repair Effective date of Contract December 4, 1986 Authorized by Minute Action, approved on November 10, 1986 Contract with W. W. Stephenson Co., Inc. Address 1305 E. Burnett Beach, CA 90806 Amount of Contract $27,737.00 Q Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach V `i• r NOTICE INVITING BIDS 0 CITY CLERK 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 October , 1986, at which time such bids shall be opened and read for NEWPORT PIER AND BALBOA PIER REPAIR Title of Project 2615 Contract No. $35,000 Engineer's Estimate 6h :! T% Approved by the City Council this 13th day of October , 1986 . tea. e. A, ' 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 Gilbert Wong at 644 -3311. Project manager -♦ n m y O-S m 0 7 E h 7 0 7 Z -+• nN•£ -za !7' O -�• 7C fD £ ��.MZW m C A GK -� N S N O b Z t,v " p 0 0 O fD ZII 3 <t+ m fD -5,0 m S D O N S N � \ N N (D i y 0• YVO � y m �. 700NO m n c A T] = M N ro n 6 ro z O m �•n O (D rr N O g � N 3 3 t0 IL fD C+ 7 7 7 6 W a C+ m6mao n C -Lo O O � O M h£ i� •O '•T J. J. 'i •jl co rsc :E 0 F o co 0 a r o v n o a ) rn J. O J. rr 'r o n n 6 -• n m N N o c z • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NEWPORT PIER AND BALBOA PIER REPAIR PROPOSAI CONTRACT NO. 2615 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -891E 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. 2615 in accor- dance 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 ITEFF ITEM D SCRIP I N UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization @ Twenty Five Hundred Dollars and No Cents $2,500.00 Per Lump Sum 2. 235 Replace Stringers Board Feet @ Fifteen Dollars and No Cents $ 15.00 $3,525.00 Per Board Foot 3. 8 Replace hairpins Each @ Eight Hundred Eighty. Dollars and No Cents $ 880.00 $7,040.00 Per Each 4. 5 Provide and Install Pile Clamps Each @ Eleven Hundred Dollars and No Cents $1,100.00 $5,500.00 Per Each 0 E i PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 278 Replace Bracing Board Feet @ Twenty Four Dollars and No Cents $ 24.00 Per Board Foot 6. Lump Sum Replace Newport Pier Boat Ramp Stairway Steps @ One Thousand Dollars and No Cents Lump Sum 7. Lump Sum Install Block For Pile Offset @ Five Hundred Dollars and No Cents Per Lump Sum 8. Lump Sum Replace Newport Pier Upper Stairway Landing @ OnP Thousand Dollars and Nn Cents Per Lump Sum TOTAL PRICE WRITTEN IN WORDS $ 6,672.00 $1,000.00 $ 500.00 $1.000.00 Twenty Seven Thousand Seven Hundred Thirty Seven Dollars and No Cents $27,737.00 10 -30 -86 W. W. Stephenson Co., Inc. Date Bidder (213) 595 -6356 S /W. W. Stephenson President Bidder's Telephone Number Authorized Signature/Title 382758 A 1305 E. Burnett, Long Beach, CA 90806 Contractor's License No. & Classification 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 than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. 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 discrepancy 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 respon- sible 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 a corporate officer or an individual authorized by the corporation. For part- nerships, 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 contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 382758 A Contr's Lic. No. & Classification Date 10-30-86 W. W. Ste Bidder S /W. W. S Authorized ahenson Co.. Inc. teph.enson President Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTORS 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. W W Stephenson Co Inc 9`Bidder S/ W. W. Stephenson /President Authorized Signature /Title • FOR ORIGINAL SE4ITY CLERK'S FILE COPY page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, W. W. Stephenson Co., Inc. , as bidder, and Great American Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of Ten Percent of the Tntal Amount of the Rid Dollars ($ 10% ), 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 Newport Pier and Balboa Pier Reoair 2615 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 29th day of October , 1986 . (Attach acknowledgement of Attorney -in -Fact) S /Debbie Galindo Notary Public Commission Expires: 4/13/88 W. W. Stephenson Co., Inc. Bidder S /W.W. Stephenson/President Authorized Signature /Title Great American Insurance Company Surety By S /Gordon M. Dougherty Title Attorney -in -Fact L NON- COLLUSION AFFIDAVIT . Page 5 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 30th day of October 1986 . My commission expires: 9 -13 -88 W. W. Stephenson Co., Inc. Bidder S /W. W. Stephenson /President Authorized Signature /Title S /Craig R. Dougherty 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. 1986 Los Angeles Harbor Department Earl Clark (213) 519 -3526 1985 Long Beach Harbor Department Dave Holz (213) 437 -0041 1984 Irvine Co. Bill Berry (714) 644 -9703 Aut or ized Signature /Title 0 0 Page 7 N O T I C E 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 S ecifications 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. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That . Page 8 Bond No. 61444329 Premium: $399.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 10 1986 has awarded to W W Stephenson Co Inc hereinafter designated as the "Principal ", a contract for Newport Pier and Balboa Pier Repair (C -2615) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We W.W. Stephenson Co., Inc. as Principal, and Great American Insurance Company as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty Seven Thousand Seven Hundred Thirty Seven - -- Dollars ($ 27,737.00 ), 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 .y • Payment Bond (Continued) 0 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 18th day of November 19 86 W.W. Stephenson Co., Inc. (Seal) Name of Contractor Principal By' Ut'N Authorized Signature and Title Authorized Signature and Title Great American Insurance Company- (Seal ) Name of Surety P.O. BtAx 5440, Oranqe, Californi Add re ' of Surety By- Signature and Title of Author ed Ag Zt Gordon M. Dougherty, Attorney -in -Fact P.O. Box 7277. Lona Beach. California 9nRn7 ddress of Agent (213) 424 -1621 Telephone No. of Agent \o CD 2I;± \ } \} \ } \} J } }\ \\ \\ f } }{ G \{ / \�_/ � \ \ \ \ \� (/\ / \( )�} alz. \ y 3 3 � \ 2 f \ E � \ � 7 E I@ ) O Z O T 0 N 7 N H ti m O T n D r . o p Z D 1� �t l N N O F A_ J n� (l W4Yi s ;^ O N N 3 CA 4f r n ° c. m � D 1 •t U O Z O T 0 N 7 N H ti m O T n D r . o p Z D 1� �t l N A_ J O N N 3 CA 4f r n ° 3 m � m m a ° N .Z z ° n Z Q n CD d CD a � d � o o d n O Cf d �2 co 3 m Ot O Z O T 0 N 7 N H ti m O T n D r . o p Z D 1� �t l N 0 Page 10 FAITHFUL PERFORMANCE BOND Bond No. 6144329 Premium: Included KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 10 1986 has awarded to W W Stephenson Co Inc - hereinafter designated as the "Principal ", a contract for Newport Pier and Balboa Pier Repair (C -2615) 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, W.W. Stephenson Co., Inc. as Principal, and Great American Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Twenty Seven Thousand Seven Hundred Thirty Seven- - - - - -- Dollars 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 M k 0 0 Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 18th day of November , 19Ry_ W.W. Stephenson Co., Inc. (Seal) Name of Contractor (Principal) Authorized Signature and Title Authorized Signature and Title Great American Insurance Company (Seal) Name of Surety w Signature antl 11t'le of Nutnoriz Agent Gordon M. Dougherty, Attorne in -Fact P.O. Box 7277. Long Beach California 9nan7 Address of Agent (213) 424 -1621 Telephone No. of Agent ng ,3 fI� r Z ti Imp la „D_K �O I Zt� v W TI INm? m Rln jro a N o ; CD T� r-ml O C7rl� m� z f� T c N 0 K O 0 s 0 ro D ° D O� m � Q < o T O H � J A O S ro 3 m o- m � a � a d p O 7 3 T =* m C � m � w o m � n 3 " o o c � m' d m ^ n = N o ro � 3 0 m � ro � m o � J C s G � F � � � C � a a• a m m c _ H m 0 m � a s N m o co � S d J a m a m p1 'o 0 ro �+ O J �o 0 m m m Z 0 m v p A m O T n D r T O _Z D n O C z 1 O r 0 N rm� N City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED W. W. Stephenson Co.. Inc. • CERTIFICATE OF INSURANCE . Page 12 A American National Fire Ins. Co. C=ompany B Great American Ins. Co. Letter i.ompany C Letter '_0 m any D 1305 E. Burnett Letter company E Long Beach,_CA 90806 Letter This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: ( Agency: The Dougherty Company, Inc. Authorize-d Rep sentati Date: November 18, 198 Telephone: (213) 424 -1621 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Newport Pier and Balboa Pier Repair (C- (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. 01 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. lAg.Products, LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations GENERAL LIABILITY Bodily Injury $ $ x Comprehensive Form x Premises - Operations Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard A x Products /Completed Operations gip 717187 Bodily Injury Hazard 2711969 and Property x Contractual Insurance Damage Combined $ 1,000 $ 1,000 X Broad Form Property Damage x Independent Contractors x Personal Injury x Marine Personal Injury $ 1,000 Aviation AUTOMOTIVE LIABILITY ❑x Comprehensive Form Bodily Injury (Each Person $ Ox Owned $ Bodily Injury A B A 7/7187 (Each Occurrence) Hired 2904816 Pro ert Dama e BE i y Injury and Non -owned Property Damage Combined $ 1,000 EXCESS LIABILITY ❑ Umbrella Form Bodily Injury Other than Umbrella Form and Property Damage Combined $ $ WORKERS' COMPENSATION W Cp Statutor 1,000 ac Accident) B and EMPLOYER'S LIABILITY 6699994 Contin NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the•Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: ( Agency: The Dougherty Company, Inc. Authorize-d Rep sentati Date: November 18, 198 Telephone: (213) 424 -1621 Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Newport Pier and Balboa Pier Repair (C- (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. 01 • Page 13 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence (X) Single Limit Bodily Injury Liability $ 1,000,000.00 each occurrence and Property Damage Liability Combined 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. S. Designated Contract: -26 Project Title an Contract o. . This endorsement is effective 11/18/86 at 12:01 A.M. and forms a part of Policy No. BA 2904816 . Named Insured W.W. Stephenson Co., Inc. Endorsement No. 5 Name of Insurance Company American National Fire #5 i 0 + 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 Property Damage Liability (X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 1,000,000.00 each occurrence The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: Newport Pier and Balboa Pier ReDair C-2615) kProject Title and Contract No. This endorsement is effective Policy No. SLP 2711969 Named Insured 11/18/86 at 12:01 A.M. and forms a part of W.W. Stephenson Co., Inc. ndorsement No. 16 Name of Insurance Company American National Fire #16 0 ` Page 15 CONTRACT THIS AGREEMENT, entered into this 3�zt• day of 19 al I by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and W. W. STEPHENSON CO.. INC. hereinafter "Contractor, " is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: NeVort Piar anri Ra7Boa Pier Repair (C -2615) 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: Newport Pier and Balboa Pier Repair (C- ?675) Title of Project t act 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 Twenty Seven Thousand Seven H d e hi (127,737 nn ) 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) 0 • Page 16 (f) Plans and Special Provisions for Nawnnrt Ti Per and Ralhna Pier Repair (C -7F1�) tie 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: 1 City Clerk APPROVED AS TO FORM: At I �! , 7 'k My Attorney CITY W W StephPneon '0- ' nc- Name of Contractor (Pricipal) /•iii c. t/ '��� -., l�f'c— :�,D�./ui Authorized Signature and Title Authorized Signature and Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR • SP 1 of 5 NEWPORT PIER AND BALBOA PIER REPAIR CONTRACT NO. 2615 I. SCOPE OF WORK The work under this contract consists of furnishing all labor, equipment, transportation, and material necessary to complete miscellaneous repairs on the Newport and Balboa Ocean Piers. The contract requires the completion of all the work in accordance with these Special Provisions, the Plans (Drawing No. H- 5107 -S), the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1985 Edition; the Standard Specifications for Public Works Construction, 1985 Edition, including supplements to date; the applicable portions of the Specifications of the American Wood Preservers' Association (AWPA); the American Society for Testing and Materials ASTM); and West Coast Lumber Inspection Bureau Grading Rule #16 (WCLIB), current edition. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 874 -9871. A copy of the Standard Special Provisions and Standard Drawings may be purchased at the Engineer's office for $5. II. COMPLETION OF WORK All work shall be completed within thirty (30) consecutive calendar days but not later than March 28, 1987. No work shall be done during December 20, 1986 through January 4, 1987. No work shall begin until a schedule of work has been approved by the Engineer. III. PAYMENT Payment for all incidental items of work not separately provided for in the proposal shall be included in the price bid for other items of work. Mobilization shall include the contractor's costs in connection with mobi- lization, insurance, workers' compensation bonds, financing, permit fees, overhead, installation of signs, cleanup, storage of equipment and materials, etc. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. SP2of5 IV. TRAFFIC CONTROL Newport and Balboa Ocean Piers Prior to beginning work on the piers, the Contractor shall submit to the Engineer for his approval a schedule of construction operations and a written plan for vehicular barricading and pedestrian safety. Contractor shall main- tain access for vehicular and pedestrian traffic to the pier restaurants and to the Newport Pier Lifeguard Headquarters at all times. V. PIER INSPECTION REPORT AND 1940 CONSTRUCTION PLANS A field inspection of the piers was completed during May of 1986. The inspec- tion report and 1940 construction plans for Newport Pier (H- 4957 -S) and Balboa Pier (H- 4958 -S) are available for review at the Public Works Department. VI. EQUIPMENT ON NEWPORT AND BALBOA OCEAN PIERS The Contractor shall determine the equipment loads or wheel loading which can be safely placed on the piers during construction, and provide timber mats or other means of distributing equipment loads adequately. Any damage done by the Contractor to the existing structures shall be repaired at the Contractor's sole expense. VII WATER If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. VIII. CONSTRUCTION DETAILS A. General Damaged or deteriorated members designated for replacement shall be care- fully removed so as not to damage remaining adjacent members or their connections. Timber repairs shall be made with new Dense No. 1 rough cut Douglas fir confirming with WCLIB Rule No. 16 and treated with creosote in accordance with APWA Standard C2 -84 (above - ground exposure). The Contractor shall minimize field drilling and cutting of lumber as it exposes untreated wood. Members shall be predrilled whenever possible prior to preservative treatment in order to prevent splitting and pollu- tion, and to insure a tight fit. All cuts, holes, and damage to members after plant treatment shall be field preservation- treated in accordance with AWPA Standard M4 -84. • SP3of5 Hardware replacement costs shall be included in the unit prices for various bid time. Bolt replacements shall be 1" diameter with nuts and ogee washers. Hardware shall be double -dip galvanized after cutting, forming, bending, or welding. Damaged galvanizing shall be treated per Section 210.3.5 of the Standard Specifications. B. Strinqer Replacement Alternative If the Contractor elects to leave a damaged stringer in place, a new stringer shall be installed adjacent to the damaged stringer. The method of installation shall be approved by the Engineer. C. Protect Site Maintenance In addition to the requirements of Section 7 -8 of the Standard Specifications, the Contractor shall at all times keep the ocean water free of debris, scrap, and pollutants. D. Utilities The Contractor shall protect existing utilities from damages resulting from his operation. The Contractor shall, after obtaining City approval, be responsible for relocating any existing utility necessary to perform his work. All existing operational utilities shall be in service at all times during the contract period. E. Work Schedule The Contractor shall perform the following pier repair work to at least the same standard of quality as the original construction: Bent No. Pile No. Work Description 20 1 Replace hairpin; per Typical Pile 20 2 Replace hairpin; per Typical Pile 26 1 Install two pile hardware per Pil • SP4of 5 including hardware Connection Detail including hardware Connection Detail clamps; including Clamp Detail 44 7 Replace diagonal bent brace; including hardware (4" x 8" x 24' -0) 45 9 Replace diagonal bent brace; including hardware (4" x 8 1'x 24' - 0") 46 11 Install pile clamp; including hardware per Pile Clamp Detail 47 9 Install pile clamp; including hardware per Pile Clamp Detail 50% cross section remaining 50% cross section remaining Split 2 places 1)from cap down 14', 2) from 20' below cap to mudline 3' crack from end through bolt hole 3' crack from end through bolt hole Split from cap down 6' Split from cap down 12' Bent No 10 14 - 15 16 36 49 49 50 - 51 52 52 53 53 53 53 0 NEWPORT PIER 11 SP5of 5 Pile No. Work Description Remarks 4 Replace hairpin; including hardware 60% cross section per typical Pile Connection Detail remaining Replace stringer No. 16 including Section missing hardward (4" x 16" x 22' -0" S1E) 1 Install pile clamp; including Split from cap hardware per Pile Clamp Detail down 8' 4 Install 2" block Pile offset 3 -4 Replace diagonal bent including hardware 0" x 8" x 28' -0 ") Replace boat ramp stairway steps Stairway steps (11 treads; RS 2" x 12" x 41) are cracked Replace Upper stairway landing Landing planks (RS 2" x 6' x 7') has 50% cross section remaining Replace stringer at pile No. 6, Cracked stringer including hardware (4" x 16" x 22' -0" S1E) 3 -4 Replace diagonal bent brace, Worn through 50% including hardware cross section (4" x 8" x 28' -0 ") remaining 7 Replace hairpin; including hardware 50% cross section per Typical Pile Connection Detail remaining 6 Replace hairpin; including hardware 70% cross section per Typical Pile Connection Detail remaining 7 Replace hairpin; including hardware 70% cross section per Typical Pile Connection Detail remaining 8 Replace hairpin; including hardware 70% cross section per Typical Pile Connection Detail remaining 10 Replace hairpin, including hardware 50% cross section per Typical Pile Connection Detail remaining • • • TO: CITY COUNCIL FROM: Public Works Department 0 SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR (C -2615) RECOMMENDATION: November 10, 1986 CITY COUNCIL AGENDA ITEM N0, F -3(d) U'' THE 0Y O�yaUNCiL CITY OF NEWPORT 3EFC a 140'V 10 1986 APPROVED Award Contract No. 2615 to W. W. Stephenson Co., Inc. for the total price of $27,737, and authorize the Mayor and the City Clerk to exe- cute the contract. DISCUSSION: At 11:00 A.M. on October 30, 1986, the City Clerk opened and read the following bids for this project: Bidder Total Price Low W. W. Stephenson Co., Inc. $27,737 2 Burnett Constructors $34,306 The low bid is 26% below the Engineer's estimate of $35,000. The low bidder, W. W. Stephenson Co., Inc., has not performed previous contract work for the City. However, a check with their experience references and the State Contractor's License Board has shown that Stephenson has successfully completed projects of a similar nature for other Southern California agencies and has no pending actions detrimental to their contractor's license, respectively. The project provides for the replacement and repair of deteriorated braces and connections on the Newport and Balboa Piers per recommendations con- tained in a May 1986 inspection report by Submarine Engineering Associates. The project is part of the City's continuing pier maintenance program. Funds for award may be taken from Account No. 02- 4197 -300, Newport Pier and Balboa Pier Repair. Plans and specifications were prepared by the Public Works Department. The contract specifies completion of work by March 28, 987. Benjamin B. Nolan Public Works Director • LRD:jd oaa Addna: 883 an Place Nil BeaCIL CA 92663 m4) a1 -8120 STATE OF CALIFORNIA County of Orange, e Nmport EilSigr► • ss. I an a citizen of the United States and a resident of the County afore- said; I am over the age of eighteen years, and not a party to or inter- ested in the above - entitled matter.. I am the principal clerk of the prin- ter of the Newport Ensign newspaper PROOF OF PUBLICATION (2015.5 C.C.P.) I II 11 II II II II II NOTICE Approved by the City 11 of general circulation, printed and 11 published weekly in the city of New- 11 port Beach, County of Orange, and ii which newspaper has been adjudged a II newspaper of general circulation by 11 the Superior Court of the County of Orange, State of California, under It the date of May 14, 1951, CASE NUM- ii BER A -20178 that the notice, of It which the annexed is a printed copy it (set in type not smaller than non- 11 pareil) has been published in each it regular and entire issue of said newspaper and not in any supplement II thereof on the following dates to- It wit: I I I certify (or declare) under penalty ii cf perjury that the foregoing is true and correct. Dated in Newport Beach, �t California 10 10 A6 11 II I II II II II II SIGNATURE I II II II II II II II BEC16 L. BOLTON LEGAL ADVERTISING DIRECTOR It ii A Ohision at Baker Canmulicatian 1 I INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658- 8915 until 11:00 A.M. on the 30th day of October, 1986, at which time such bids shall be opened and read for NEWPORT PIER AND BALBOA PIER REPAIR, Title of Project, Contract No. 2615, Engineer's Estimate $35,000 Council this 13th day of October, 1986. Wanda E. Raggio, City Clerk Prospective bidders may obtain one set of bid doc- uments at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658- 8915. For further information, call Gilbert Wong, Project Manager at 6443311. 10/16 5556 Lonzplrwl • TO: CITY COUNCIL FROM: Public Works Department C SUBJECT: NEWPORT PIER AND BALBOA PIER REPAIR (C -2615) RECOMMENDATIONS: 1. Approve the plans and specifications. October 13, 1986 CITY COUNCIL AGENDA ITEM NO. F -17 BY THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 13 1986 APPROVED 2. Authorize the City Clerk to biiw to be opened at DISCUSSION: • This project provides for the replacement and repair of deteriorated bracings and miscellaneous connections on the Newport and Balboa Piers. The work is being contracted per recommendations contained in an inspection report dated May 1986, by Submarine Engineering Associates. This project is part of the City's continuing pier maintenance program. The Engineer's estimate for the work is $35,000. Funds for the proj- ect will be provided from Account No. 02- 4197 -300. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is March 28, 1987. n fplLBenjamin B. Nolan Public Works Director GW:jd •