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
•