Loading...
HomeMy WebLinkAboutC-3312 - Ocean Pier RehabilitationE 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC September 10, 2003 John S. Meek Company, Inc. 1931 North Gaffey Street, Suite C San Pedro, CA 90731 -1265 Subject: Ocean Pier Rehabilitation (C -3312) To Whom It May Concern: On September 10, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond. one year after Council acceptance. The Labor & Materials Bond was released on November 6, 2002. The Surety for the contract is Great American Insurance Company, and the bond number is 9- 80- 99 -57. Enclosed is the Faithful Performance Bond. Sincerely, 1 v LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, P. E., Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 0 0 PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION EXECUTED IN QUADRUPLICATE CONTRACT NO. 3312 BOND NO. 9 80 99 57 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 20 697.00 , being at the rate of $ 10.20 /deviated thousand of the Contract price, WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to John S. Meek Company, Inc., hereinafter designated as the "Principal ", a contract for construction of OCEAN PIER. REHABILITATION, Contract No. 3312 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3312 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Great American Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of two million, six hundred ninety -nine thousand, four hundred forty and 001100 Dollars ($2,699,440.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, 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 present, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and, any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 0 PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, oQly in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, 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 way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal 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 Suretv above named, on the 24th day of _ September 2001. JOHN S. MEEK COMPANY, INC. Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 South C ty,3lvd.,. Suite 300 Orange, CA 92868 -4969 Address of Surety (714) 740 -3287 Telephone p Ahorize dlSg tle ' Z�-g7uAu o a ent Signature ' Rhonda C Abel Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F:AUsers\PBW\Shared \ContractSTy 01.0900ean Pier Rehabilitahm 03312\CONTRACr G3312.doC 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of �el �tRc G«1 On t° . a�S j zoo t ,before me, � me � L2 t�.✓ -� 4. D`OL�No y 1 Date Name tl le of Officer (e.g., "J4ne Doe, Notaq ublic personally appeared rr Place Notary Seal Above personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(3) is /are subscribed to the within instrument and acknowledged to me that hgAft /they executed the same in his /heNtheiF authorized capacity(ies), and that by his /hoVUwir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(g) acted, executed the instrument. WITNESS my hand and official seal. aalg_�& Sig r Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: 8, 3 G f r/ QO -yS -S % 1711 ✓%Yvmry ec / Document Date: L, 1, 2'Yr Lo 0 1 Number of Pages: Signer(s) Other Than Named Above: (2%.8n.rn. Cr �✓G� Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual ^, �, � ,� �w Top Of thumb here F�'Corporate Off cer — Title(s): El Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 9,Yn,, li L 1, d(l (v,. �i 1 24 c 0 1 999 Nalhonal Notary Arlociaboo • 9350 Do Solo Ave., P.O. Box 2,102 • Chm;vromr, CA 9131324112 • ww redf,oaiootary.org Prop. No 5997 Awo:ler. Gall TdFFroc 1 d00­87a 7 CALIFORNIA ALL - PURPOSE 0 DWLEDGMENT • No. 5907 State of California County of Orange On `j — Z before me, Alexis H. Bryan, Notary Public DA E NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Rhonda C. Abel NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL 4. Zaxnc� SIGNATURE OF NO RY Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER 7ITLE(S) ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE _ ALEXIS H. BRYAN Commission >. 1306738 z m � z d z Notary Public - California y Orange County My Comm. Expires Jun 1, 22005 his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL 4. Zaxnc� SIGNATURE OF NO RY Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER 7ITLE(S) ❑ PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Cl'�Y OF NEWI'ORAEACH November 6, 2002 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 John S. Meek Company, Inc. 1931 North Gaffey Street, Suite C San Pedro, CA 90731 -1265 Subject: Ocean Pier Rehabilitation (C -3312) To Whom It May Concern: On September 10, 2002, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 2, 2002, Reference No. 20020851187. The Surety for the contract is Great American Insurance Company, and the bond number is FC910600028. Enclosed is the Labor & Materials Payment Bond. Sincerely, O(-,r 66 ,-M . da" LaVonne M. Harkless, CMC /AAE City Clerk cc: Public Works Department R. Gunther, P.E., Construction Engineer encl. 3300 Newport Boulevard, Newport Beach 0 0 PAGE 14 EXECUTED IN QUADRUPLICATE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 :• E • ;� LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to John S. Meek Company, Inc., hereinafter designated as the "Principal," a contract for construction of OCEAN PIER REHABILITATION, Contract No. 3312 in the City of Newport Beach, in strict conformity with the plans, drawings, spec cations and other Contract Documents in the office of the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3312 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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 the undersigned Principal, and, Great American Insurance Company _ duly authorized to transact business under the laws of the State of California. as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of two million, six hundred ninety - nine thousand, four hundred forty and 001100 Dollars ($2,699,440.00) lawful money of the United States of America, 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 present THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this 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. 0 0 PAGE 15 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 this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And 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 above named Principal and Surety, on the 24th day of September , 2001. JOHN S. MEEK COMPANY INC Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 South City Blvd., Suite 300 Orange, CA 92868 -4969 Address of Surety (714) 740 -3287 Telephone uj orized Signature/TiUe Authorized Agent Signature Rhonda C. Abel, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 9 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of On .9y LOOI , before me, !i✓vt..i, 7 Date , Name arM le otary O cer (e.g..'Jane �e N Po ") personally appeared 6 Apr Place Notary Seal Above Name(s) of Signer(s) personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(9) whose name(s) isk" subscribed to the within instrument and acknowledged to me that he /sheA ey executed the same in his /heFAheir authorized capacity(ies), and that by his /hef heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document �pp Title or Type of Document: �' sn { i $0 - 9g_ S 7 /66m `Y1Y� Document Date: Wit(, 2 Do I/ Number of Pages: Signer(s) Other Than Named Above: 6 L..L1,"e� C 4A_e Capacity(ies) Claimed by Signer Signer's Name: ❑ Individual Q'Corporate Officer — ❑ Partner — ❑ Limite d ❑ Attorney in Fact C1 Trustee ❑ Guardian or Conse 11 Other: Title(s): Top of thumb here �/Gl2tc�wil ❑ General ry ator Signer Is Representin(j: qbP4 . O iBBB NetldW NOWyASOOtivtlon• 2380 b9aMAVe., P.O. B 21 -ChdwAwb). A9131320 - rwuwm otMoq P No.53% ee C&IIId F.1dW47E482! CALIFORNIA ALL - PURPOSE A OWLEDGMENT State of California County of Orange No. 5907 On qa �--_t7 / before me, Alexis H. Bryan, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Rhonda C. Abel NAME(S) OF SIGNER(S) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ALEXIS H. BRYAN WITNESS my hand and official seal. Commission #1306738 z az a Notary Public - California Orange County nVA My Comm. Expires Jun 1, 2005 SIGNATURE OF NO RY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) 8 LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) S -4067/GEEF 2198 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 6236 • GiEM AMERICAN INSURANCE COMPANYS 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513 - 369 -5000 • FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than SIX POWER OF ATTORNEY No. 013658 KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power STANLEY C. LYNN NANETTE MARIELLA -MYERS ALL OF ALL JAMES A. SCHALLER RHONDA C. ABEL COSTA MESA, UNLIMITED JANE KEPNER SUZANNE EDWARDS CALIFORNIA This Power of .Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above IN WIT\ ESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY hascaused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of February 1999 :Attest i STATE OF OH 10, COUNTY OF HAMILTON — ss: GREAT AMERICAN INSURANCE COMPANY On this 2nd day of February, 1999 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. kit MAUREEN DOUGHERTY f... Notary PutNk, State of Ohio % rj ._ P. •i.-.; .- �- h*y Gt:mrvsafon Etpires Aug. 12, M I This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED: That the Division President, thescveral Division Vice Presidents and Assistant Vice Presidents, orany one ofthem, be and herebv is authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behalf of the Company, assurety, anyand all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FUR THER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March I, 1993 have not been revoked and are now in full force and effect. Signed and sealed this / �- day of , Issistant Secrcctn 510295 t 11.971 6 r � RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 New ort Boulevard Newport Beach, CA 92663 Recorded in Official Records, County of orange Darlene Bloom, Interim Clerk- Recorder IIIIIIIIIIIIilllllllll!II! III 'll!IIIIIIII!IIIIIIIIilllll!NO FEE 110 79 N12 0020851187 02:19pm 10/02/02 0.00 0.00 Oslo o.ao 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and John S. Meek Company, Inc., of San Pedro, California, as Contractor, entered into a Contract on September 25, 2001. Said Contract set forth certain improvements, as follows: Ocean Piers Rehabilitation (C -3312) Work on said Contract was completed on August 9, 2002, and was found to be acceptable on September 10, 2002, by the City Council. Title to said property is vested in the Owner, antthe Surety for said Contract is Great American Insurance Company. � a.r 7 ON __, -, `' m -i r CIA ^" W 4iks Director o C� d ewport Beach �= VERIFICATION _Z3 I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on A C at Newport Beach, California. BY of NE City Clerk j� �U� CIR'Y OF NEWI'ORAEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 September 11, 2002 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for Ocean Piers Rehabilitation project (C -3312) Please record the enclosed document and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk Enclosure 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: 3001 Clerk Newport Beach New -port Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and John S. Meek Company, Inc., of San Pedro, California, as Contractor, entered into a Contract on September 25, 2001. Said Contract set forth certain improvements, as follows: Ocean Piers Rehabilitation (C -3312) Work on said Contract was completed on August 9, 2002, and was found to be acceptable on September 10, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. Director rt Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. BY O F NEW � City Clerk ZIANT September 10, 2002 CITY COUNCIL AGENDA ITEM NO. 6 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: OCEAN PIERS REHABILITATION, CONTRACT NO 3312 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. SP '! 0 IU02 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On September 25, 2001, the City Council authorized the award of the Ocean Piers Rehabilitation contract to John S. Meek Company, Inc. of San Pedro, California. The contract provided the complete rehabilitation of the piers to restore their original structural integrity. The work included replacement of defective piles, stringers, pile caps, hair pins, bolts, and cross bracing, reinstallation of utility conduits under the deck or within "pipe chases" in the deck to facilitate future access, a 4 -inch fire main on Balboa Pier, repair of the roof of the Lifeguard Workshop, rehabilitation of the lifeguard boat access way, new timber subdecks and concrete decks on both piers, new wooden handrail on Balboa Pier and new fishing benches and cutting boards on both piers. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $2.699,440.00 Actual amount of bid items constructed: 2,699,440.00 Total amount of change orders: 160,305.90 Final contract cost: $2,859,745.90 G 3312 cis) SUBJECT: OCEAN PIEI&EHABILITATION, CONTRACT NO 3312 — C&LETION AND ACCEPTANCE September 10, 2002 Page 2 The final overall construction cost, including change orders, was 5.94 percent over the original bid amount. A total of seven change orders totaling $160,305.90 were issued to complete the project. They were as follows: 1. A change order in the amount of $5,250.00 provided for potholing the concrete deck to observe condition of pile tips and stringers. 2. A change order in the amount of $88,584.00 provided for replacement of additional piles and stringers and miscellaneous work. 3. A change order in the amount of $32,135.95 provided for a new grease interceptor and additional utilities work. 4. A change order in the amount of $2,679.11 provided for the ADA materials upgrade for the lifeguard ramp and repair of sewer cleanouts. 5. A change order in the amount of $7267.13 provided for extra work at the lifeguard ramp. 6. A change order in the amount of $12,979.91 provided for additional work for the fire service, utility shed waterproofing and miscellaneous work. 7. A change order in the amount of $11,319.80 provided for extra framing and miscellaneous work. Funds for the project were expender Description Newport/Balboa Pier Rehabilitation Water Enterprise Pier Rehabilitation Newport Pier Wiring Balboa Pier /Gangway I in the following accounts: Account No. 7295- C5100565 7501- C5100565 7231- C2320623 7231- C2320621 Total Amount 2,574,845.90 250,000.00 4,900.00 30,000.00 $2,859,745.90 The original scheduled completion date was April 15, 2002. The piers were completed and open by that date, however due to additional work and punch list items the completion date was extended to August 9, 2002. All work was completed by the revised completion date. Respectful) , ubmitted, F p BLI ORKS DEPARTMENT Step n G. Badum, Director By: R. Gunther, P.E. Construction Engineer 0 CITY OF NEWPORT BEACH CITY CLERK NOTICE 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 12th day of September, 2001, at which time such bids shall be opened and read for: OCEAN PIER REHABILITATION Title of Project Contract No. 3312 $ 2.140.000 Engineer's Estimate Approved by ephen G. Badum Pub!ic Works Director Prospective bidders may obtain a set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Contractor License Classification required for this project. "A" For general information, call Lloyd Dalton, Prolect Manager at (949) 644- 3328 For technical information, Jon T. Moore, Project Engineer at (949) 752 -1530 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL.................................................................................... ...........................PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 SPECIAL PROVISIONS — CONTINUED ........................ ............................... Pages 1 -54 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 INSTRUCTIONS TO BIDDERS 0 PAGE 1 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price; may be received in lieu of the BIDDER'S BOND. The title of the project and the word: "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. 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. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. 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 responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. PAGE 2 8. 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). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 709151 A & B Contractor's License No. & Classification John S. Meek Company, Inc. Bidder President Z11 I Authorized Signature/Title 9/10/01 Date PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal Sum of Ten percent of the total amount bid Dollars ($ 107 of bid ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of OCEAN PIER REHABILITATION, Contract No. 3312 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday. Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 5th day of September 2001. JOHN S. MEEK COMPANY, INC. Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 South City Blvd., Suite 300 Orange, CA 92868 -4969 Address of Surety (714) 740 -3287 Telephone tl All", o zed Signa ure/rt e cu� azr-40- Authorized Agent Signature Rhonda r Abel Attorney -in -Farr Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CALIFORNIA ALL- PURPOSE No. 5907 State of California County of Orange On 2 0 / before me, Alexis H. Bryan, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Rhonda C. Abel NAME(S) OF SIGNER(S) , ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ALEXIS BRYAN Commission n # 1308735 WITNESS my hand and official seal. � i - Notary Public - California Onngo County My Comm. Expiroa Jun 11 2005 SIGNATURE OU40TARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER PARTNER(S) LIMITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT ❑ NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE S40871GEEF 2198 0 1993 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -71 GUM AIVERICAN INSURANCE COMMY° 580 WALNUT STREET. CINCINNATI, OHIO 45202 . 513- 369 -5000• FAX 513 - 723 -2740 The number of persons authorized by this power of attorney is not more than No. 013658 SIX POWER OF ATTORNEY KNOW ALL :MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or otherwritten obligations in the nature thereof; provided that the liability of thesaid Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power STANLEY C. LYNN NANETTE MARIELLA —MYERS ALL OF ALL JAMES A. SCHALLER RHONDA C. ABEL COSTA MESA, UNLIMITED JANE KEPNER SUZANNE EDWARDS CALIFORNIA phis Power of .Au Orrley revokes all previous powers issued in behalf of the attoraey(s) -in -tact named above. IN WITNESS W H f R EOF the G REAT AMERICAN INSURANCE COM PANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of February L999 Attest GREATAMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY 01: HAMILTON — ss On this 2nd day of February, 1999 , before me personally appeared DOUGLAS R. BOWEN. to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal: that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. 'S ,..•.'. fJnh�. F"t; V §t, C. {rtij o1 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RF-SOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, orany one ofthem, be and hereby is authorized, from time to time, to appoint one or more Attorneys-In-Fact to execute on behalf of the Company, assurety, anyand all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,. to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHF-R: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney' or certificate of either given for the execution of any bond, undertaking, contract orsuret yshi p, or other written obligation in the nature thereof, such signature andseal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this "5— �ay of O of . -- S1029S(I 1197) 9 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ,19p 1 County of d� ss. J On d y a t , before me, Gi�X 4. %rl 6 L do n<r Da e r1 ,,/ �a�ille of Officer (.g.. "Jane Doe, dary Public') personally appeared awn �- %n"& , 0 Name(s) of Signer(s) .. n Place Notary Seal Above Ojersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(%) whose name(s) dafe subscribed to the within instrument and acknowledged to me that he4he4hey executed the same in his /4efFEht authorized capacity(ies), and that by his /her /the signature(s) on the instrument the person(-&), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. L�i4haturo of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document n Title or Type of Document: .'.r 69,,, +' Document Date: C. y 0 0 1 Number of Pages: Signer(s) Other Than Named Above: lRc~4 L/ aZ_e.e. Capacity(ies) Claimed by Signer d Signer's Name: Qiy, 'F �-•� ❑ Individual - f L-t'- Corporate Officer — ❑ Partner —I Limite ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conse U Other: • , �� Top O thumb here Title(s): tt�o��o(�,.,(' Limited ❑ General ry ator Signer Is Representing: 01999 Nalimal NOIary AZSOCialbn • 93W 00 Solo Ave., P.O. Bee 202 • Chatsworth. CA 91313-24)2 • w nalionalnola,rorg Prop. No. 5909 Bead)[ Call Toll-Free 180P898609 0 0 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number 2001 Malibu Pier Resoration Tom Rudfeld 916- 445 -8669 $1.6 million State of Calif. Dent. of Parks 1995 to 2000 Newport and Balboa Piers Lloyd Dalton Various ProJ'ects City of Newport Beach $350,000.00 1995 to 2000 Redondo Beach Pier work Mazin Azzawi' 310- 372 -1171 $400,000.00 Various projects Engineering 1998 - 1999 San Clemente Pier work and Ben Parker 949- 361 -6138 Pier restaurant foundation Public Works $900,000.00 1995 to 2001 Various projects: Additional references available 1. Santa Monica Pier Amusement park $2.3 million foundation piling and concrete caps 2. Port of Los Angeles, Various projects $3.5 million 3. Hermosa Beach Pier Resoration, &800,000.00 4. Coast Guard Pier removal, Corona Del Mar $400,000.00 5. Golita Pier Repair, County of Santa Barbara $135,000.00 John S. Meek Company, Inc. Bidder President 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of Los ) Angeles 0 PAGE 6 John S: meek being first duly swom, deposes and says that he or she is President of John S. Meek Company, Inc., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. John S. Meek Company, Inc. Bidder ,,//,resident orized Signatureffitle Subscribed and sworn to before me this - it on wH� � day of c',.,:� �niiiofl N ID979! [SEAL „'y� Pk. : Public - Cafbrb Angeles Can* <7vrmltesAa07.� My Commission Expires: 010 0 • C� PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratinq Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OCEAN PIER REHABILITATION CONTRACT NO. 3312 CONTRACT PAGE 8 THIS AGREEMENT, entered into this 25th day of September, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and John S. Meek Company, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: OCEAN PIER REHABILITATION Project Description 3312 Contract No. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, City and Contractor agree as follows: A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3312, Standard Specifications for Public Works Construction (current adopted edition and all supplements) and this Agreement, and all modifications and amendments thereto (collectively the "Contract Documents "). The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. B. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project: All of the work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of two million, six hundred ninety-nine thousand, four hundred -forty and 00/100 Dollars ($2,699,440.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions 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. D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. E. WRITTEN NOTICE Any written notice required to be given under the Contract Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid, directed to the address of Contractor and to City, addressed as follows: CITY City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Lloyd Dalton (949) 644 -3328 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: John S. Meek Company, Inc. 1931 North Gaffey Street Suite C San Pedro, CA 90731 -1265 310 - 830 -6323 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 0 0 PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 0 0 PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 0 6. Right to Stop Work for Non - Compliance PAGE 12 City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 9 6 PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APPROVED AS TO FORM: 01R.Outu=) =�� CITY OF NEWPORT BEACH A Municipal Corporation By: r— - .►. Garold B. Adams, Mayor John S. Meek Company, Inc. horized Signatur and Title ISSUE DATE (MM /DD ,:I: 10/5/2001 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO Aon Risk Services, Inc. of Southern California RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, 707 Wilshire Boulevard, Suite 6000 . ___ EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW F(,`� -*" COA�PA ES AFFORDING COVERAGE Los Angeles, CA 90017 t- ` (213) 630 -3200 COMPANY LEXINGT IN INSURANCE COMPANY LE A CODE SUB-CODE aWA+FOl D FIRE INSURANCE COMPANY INSURED C.COMPPAA Y. C - e John S. Meek Company, Inc. ;,. 1931 N. Gaffey Street Suite C San Pedro, CA 90731 -1265 COMPANY LETTER E tvo 1 J. jg Jif IS F THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CO TYPE OF INSURANCE POLICY NUMBER POLILW EFFECTIVE PCLICYEXPIRATION LIMITS LTR pgTE MAVD DATE IMIADOM A GENERAL LIABILITY 5537193 7/1/2001 1/1/2003 GENERAL AGGREGATE $ 2,000,000 CI COMMERCIAL GENERAL LIABILITY PRODUCTSOOMPIOPS AGGREGATE $ 1,000,000 LIAIMSMADE I DCCURRENCE PERSONAL a ADVERTISING INJURY $ 1,000,000 I❑ OMMERSa CCNTRACTORSPROTECTIVE EACH OCCURRENCE $ 1,000,000 I`L L: FIRE DAMAGE (ANY ONE FIRE) $ 50,000 ❑ MEDICAL UPENSE(ANY ONE PERSON) $ 5.000 AUTOMOBILE LIABILITY 72UENIL4406 9/8/2001 9/8/2002 1.000.000 ANY AUTO LSL O ❑ ALL ONMED AUTOS ❑� SCHEDULED AUTOS BODILY INJURY (PER PERSON) B a HIRED AUTOS O BODILY INJURY 0 NON MEDALROS (PERACCIDENT) �❑ GARACEUABILITY Ir CDnp/CMI O $500 Eac PROPERTY 0 DAMAGE) EXCESS LIABILITY; f "; t EACN AGGREGATE FORM + '.ill !a r1ff.I IRRFNGF r❑ UMBRELIA IJ OTHER THAN UMBRELU FORM 'h`L'i1 +Llil "S�!{ it Pit MI WORKERS'COMPENSATpN STATUTORY ❑ $ (EACH ACCIDENT) AND EMPLOYERS'LUIBILITY $ (DISEASE POLICY LIMIT) $ (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONSILOCATIONSfVEHICLESIRESTRICTIONSISPECIAL ITEMS JSMIJSMIncW229 SUBJECT: OCEAN PIER REHABILITATION CONTRACT NO. 3312 CITY, ITS OFFICERS, OFFICALS, EMPLOYEES AND VOLUNTEERS ARE TO BE COVERED AS ADDITIONAL INSUREDS FOR WORK PERFORMED BY THE NAMED INSURED. THE INSURANCE PROVIDED IS PRIMARY AND ANY OTHER INSURANCE MAINTAINED BY THE NAMED INSURED IS EXCESS AND NON - CONTRIBUTORY. REVISED CERTI�ICATE:HgLOER ; . .... ;: t, ..' :;, 'CANCELL'A1'I :�j ;.! . ,,ill :.:::�, li `I';H,` !'. + ,iii ,. • +;. :.' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE !I" EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY OF NEWPORT BEACH 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, PUBLIC WORKS DEPT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3300 NEWPORT BLVD. i!! OF ANY KIND UPON TWE COMPANY, ITS AGENTS 9IR REPRESENTATIVES. NEWPORT BEACH, CA 92663 :tit!!'I. ATT: LLOYD DALTON n", AUTHOR EPR AT VE MMI NI i' SR'Cj { I ' •... ' W' H :IA i¢ESIil9,111IH k {t{1 k4t t E . 3v Ifii Btii,llli�'i y w. . i 21! t:itl I 1 U POLICY NO. 5537193 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS Project: OCEAN PIER REHABILITATION CONTRACT NO. 3312 It is agreed that, if required by written contract, any person, firm or organization is included as Additional Insured but only with respect to operations performed by the Named Insured. Under this policy operations shall be defined as including both ongoing operations and completed operations. We will consider the insurance provided by this endorsement to be primary insurance and any other insurance provided to the additional insured shall be in excess and not contribute with the insurance provided by this policy, if your contract with the insured required this insurance to be primary City of Nmpomdoc SP-26-01 01:18PM FROW a_C; CERTIFICA'',* OF LIABILITY INS PRODUCER THIS CERTIFICA Wood - Gutmann Insurance Brokers ONLY AND CONI License #0679263 HOLDER -THIS( 14192 Franklin Ave., Suite 200 ALTER THE CO% Tustin CA 92780 -7044 Phoae:714- 505 -7000 Pax:714- 573 -1770 INSURED INSVMRw Jahn S. Meek C nay Inc. 1931 N. Gaffe , Juite C San Pedro CA 90731 -1265 INSURER D. INSURER C. T -475 P.01/0311 F -927 C ,o In .rd DATE(MMI00" INSURERS AFFORQIII[+ COVERAGE vican Home A16E L sate THE POLICIES OF INSURANCE LISTED SELOw NAVE BEEN ISSUED TO THE INSURED NAMED ABOvE FOR THE POLICY PERIOD INDICATED. NO f[n: ANY REOUREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO wHrG THIS CERTIFICATE MAY BE :[ MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCPaBED HEREIN IS SuBdECT TO ALL THE TERMS, FxCLUSIONS AND CONDITIQN:, POLICIES. AGGREGATE LIMITS S.OwN MAY MVE BEEN REDUCED BY PAID CLAIMS. L R TYPE OF RSURANCE POLICY NUMBER I DA EF&WE M qyp ^ GENERAL LIABILITY EACn u' COMMERCIAL GENERAL LIABILITY FIRE OkI%'.c'. CLAMS w 0E OCCUR LIED EI{P I ry PE L AGGREGATE LIMIT APPLIES PER: PRO POLICY ,ECT LOC ANY AUTO PRDpUCT: OTHER THN AUTO ONL t EXCESS LIABILITY OCCUR r CLAIMS MADE COMBINED: ANY AUTO EACH OC[ u AGO 11 (Ea acdoap ALL OwNED wuT05 BODILI IN ILL SCHEDULEDAUTOS NIREDAUTOS BDDIlh NIL NO"*NEO AUTOS (Pa[ $man .t PROPERT:I ". wORRERS COMPENSATION AND $ 1 vb A EMPLOYER SLIaE m WC93S5620 01/01/01 01/01/02 WC9385619 (USL&8) 01 /01 /01 01/01/02 EL. P15EA.I ELO EAA OTHER 3ESCRIPTION OF OPERATIONS&OCAT1ONSR[EIR I_MTX(1U3KW ADDED BY ENDORSEMEN ISPECIAL PROVISIONS •10 Days notice of cancellation for non payment of premium. Waiver of subrogation applieS per attached WC040361. E HOLDER N I ADDITIONAL INSURED; INSLRIER LETTER: CANCELLATION NXWP017 SHOULD ANY OF THE ABOVE OESCRSED POLIC4:5 E CANCELLED BEFORE THE EXPIRATIO Administrative Assistant DATE THEREOF, THE ISSUING INSURER NEC 9R TOMAIL SQ_DAYSWR[TTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER Tn' E LEFT, BUT FAILURE TO 00 505HALL City of Newport Beach IMPOSE NO OBLIGATION OR uAELLRT OF ANY ICHI IPON THE INSURER, RS AGENT$ OR 3300 Newport Blvd. Newport Beach CA 92659 -1768 REPRESENTATIVES. _, ANY AUTO OTHER THN AUTO ONL t EXCESS LIABILITY OCCUR r CLAIMS MADE EACH OC[ u AGO 11 ". wORRERS COMPENSATION AND $ 1 vb A EMPLOYER SLIaE m WC93S5620 01/01/01 01/01/02 WC9385619 (USL&8) 01 /01 /01 01/01/02 EL. P15EA.I ELO EAA OTHER 3ESCRIPTION OF OPERATIONS&OCAT1ONSR[EIR I_MTX(1U3KW ADDED BY ENDORSEMEN ISPECIAL PROVISIONS •10 Days notice of cancellation for non payment of premium. Waiver of subrogation applieS per attached WC040361. E HOLDER N I ADDITIONAL INSURED; INSLRIER LETTER: CANCELLATION NXWP017 SHOULD ANY OF THE ABOVE OESCRSED POLIC4:5 E CANCELLED BEFORE THE EXPIRATIO Administrative Assistant DATE THEREOF, THE ISSUING INSURER NEC 9R TOMAIL SQ_DAYSWR[TTEN Public Works Department NOTICE TO THE CERTIFICATE HOLDER Tn' E LEFT, BUT FAILURE TO 00 505HALL City of Newport Beach IMPOSE NO OBLIGATION OR uAELLRT OF ANY ICHI IPON THE INSURER, RS AGENT$ OR 3300 Newport Blvd. Newport Beach CA 92659 -1768 REPRESENTATIVES. _, SEP -26 -01 01:18PII FROM- . T -475 P.02/03 F -927 i IMPORTANT If me cerdflcate holder is an ADDITIONAL INSURED, me policy(es) must be endorsed. A statement ! on this arnficare does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, wtijBa to the forms and condilions of the polity, certain paides may require an endorsement- A statement On this arl Hate does MI confer rights to the certifltate holder in lieu of such andoreemerigs). DISCLAIMER Tne Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), aumoraed representative or producer, and the cartifloate holder, nor Boas It affirmatively or negatively amend, extend or alter me coverage afforded by the policies listed thereon. ACORD 2" (7197) SEP -26 -01 01:19PM FROM- • T-475 P.03/03 F -927 BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENOOR:: _MENT This endorsement changes the policy m vd'hich it is attached effective on the Inception date of tre rohcy unless a oifferer- date is indicated below. ITne knq.hng •armenng uawaa' neso ba eompiereo only when q+ls engorsemem .s aaLw s.esecas:nc m prgae ,. on or me pebevr This endorsement. effective 12:01 AM 01/01/01 fomts a part of Policy No. Wg1 9385619 (USL &H) Issued to JOHN S. MEEK COMPANY, INC. (A CORP) NG 9385620 By AMERICAN HOME ASSURANCE COMPANY We have a right to recover our payments from anyone liable for an injury covered by This pail We W11 not enforce our right against any person or organization Wrh vMam you have a switwn contract that fe.1, res you To obtain will agreement from us, as regards any viOrk you perform for such person or organization. The additional premium for this endorsement shall be 5.00 96 of the total esnmated Ncrl�ers ompensaton premium for this policy. WC 04 03 61 Countersigned by r ' fEd. 11 -90! - - - - - - Auth, rized Representative • • PR1of1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL OCEAN PIER REHABILITATION CONTRACT NO. 3312 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the locations of work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and shall perform all work required to complete Contract No. 3312 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Newport Pier work l7 / �hr• — fle7lw j . (,.,yrla ✓�wn�� L',7 U'.YW @ Dollars and U Cents $ Per Lump Sum 2. Lump Sum Balboa Pier work @ Dollars and iY o Cents Per Lump Sum $ 2, Gp9, ?-x TOTAL PRICE IN FIGURES (BASE BID) nom. >E / TOTAL PRICE IN WRITTEN WORDS (BASE BID) GL's i'7.� /✓�-�� J �.� /'�!�'�`V i+^.� N. ..+ / :� - Iu.r✓+a and Cents �� v PR2of2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE ADDITIVE BID ITEMS ABI #1 Lump Sum CLEAN MARINE GROWTH FROM PILES ON NEWPORT PIER AND BALBOA PER Z15 A k, - Jvi /.., %'7 0 CoY bollars and .a o Cents $ Per Lump Sum ABI #2 Lump Sum CONSTRUCT DECK WITH REMOVABLE PILE CAP COVERS ON NEWPORT PIER AND BALBOA PIER Dollars and Z 9do Cents $ gS Per Lump Sum ABI #3 Lump Sum REPLACE TIMBER GUARDRAIL ON NEWPORT PIER Dollars and Cents Per Lump Sum ABI #4 Lump Sum INSTALL SPARE CONDUITS ON NEWPORT PIER @ Doll c� and Cents $ �� 0 0 Per Lump Sum 9/10/01 John S. Meek Company, Inc. Date 310 - 830 -6323 'j10- 835.21 &3 Bidder's Telephone and Fax Numbers 709151 A & B Bidder's License No(s). and Classification(s) Bidder - � President idd is Authorized Signature and Title 1931 N. Gaffey St, Ste. "C" San Pedro, cA 90731 Bidder's Address 9 0 LABOR AND EQUIPMENT RATES IN THE EVENT OF EXTRA WORK The estimated quantities are for bid evaluation purposes only and are not intended to reflect actual anticipated work. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 100 hours Provide labor to drive piles This item shall include all costs for providing all labor necessary to drive additional piles at the direction of the Engineer. Price shall include base labor, fringes, benefits, subsistence, small tools, insurance, including applicable workmans compensation and general liability, and any and all other related costs, including overhead and profit. Minimum crew size shall be I crane operator, 1 oiler (if necessary), 1 piledrive an foreman, and 3 piledrivermen. @ Dollars i ni o Cents $ 3-2o x$ 3 7 01' Per Hour 2. 100 hours Provide equipment to drive piles This item shall include all costs for providing all necessary equipment in good repair to drive timber piles as directed by the engineer. Price shall include all ownership costs, rental costs, maintenance, repairs, repair or replacement parts, fuel, oil and grease, and incidentals, and shall include all costs of insurance, taxes, and overhead and profit required. Equipment shall include all necessary equipment including crane, hammer, leads, driving heads, driving leads, wire rope and rigging, compressors (if necessary), etc. lq��( tE.r @ Dollars and N ° Cents $ i $ Per Hour ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 100 hours Provide labor to perform timber framing is ttem s a ' e all costs for providing all labor necessary to drive additional piles the direction of the Engineer. Price shall u e— labor, nges, benefits, subsistence, small tools, insurance, including applicable workmans compensation and general liability, and any and all other related costs, including overhead and pr fit. Minimum crew siizeeshalll'be 1 foreman and 3 journeymen. •/ / .4l y -�..5 @ Dollars/ and h o Cents $ Z 3s s*;z 3, .1 o Per Hour 4. 100 hours Provide equipment to perform timber framing Provide equipment in good repair to perform timber framing. Price shall include all ownership costs, rental costs, maintenance, repairs, repair or replacement parts, fuel, oil and grease, and incidentals, and shall include all costs of insurance, taxes, and overhead and profit required. Equipment shall include all necessary equipment including forklifts, cranes, cranes, air compressors, welding machines/ generators, hand tools, chainsaws, or any other items required to accomplish the work. @ �G� =�fy - ✓� Dollars and /V v Per Ian FURNISH MATERIALS IN THE EVENT OF EXTRA WORK The following items are for bid evaluation purposes only. The estimated quantities are for bid evaluation purposes only and are not intended to reflect actual anticipated work. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 10 Wrapped timber piles Furnish wrapped 70 -foot long timber piles at the direction of the Engineer for use in pile replacement. Price shall be all inclusive of purchase cost, taxes, FOB deliver to job site, overhead, profit, or any other cost. o l @ Dollars and / N Cents Per Each 6. 20 Timber stringers Furnish treated 4x16 timber stringers at the direction of the Engineer for use in replacement of existing members. Price shall be all inclusive of purchase cost, taxes, FOB deliver to job site, overhead, profit, or any other cost. �wo 1, �..- �l ✓i.>/ �„I �Fh=��,. @ Dollars and "V Cents 2 IS— $ 3 a o Per Each GENERAL All equipment shall be in good repair and operation condition. No payment will be made for either labor or equipment during down time due to repairs, of any nature, to piledriving equipment. One half hour per day will be allowed for general maintenance and fueling. No payment for labor or equipment will be made for down time due to equipment break down or maintenance for timber framing item. All prices for labor and equipment above shall include supervision by the contractor. All hours worked relating to the items above will be after the contractor has mobilized his forces and equipment, and prior to demobilization. It is intended that this extra work, if any, will be performed during the course of this contract. If the extra work impacts the contractor's schedule, additional time for completion will be allowed appropriately. 9 9 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS OCEAN PIER REHAB CONTRACT NO. 3312 INTRODUCTION PART 1-- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT 2-6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION 5 -7 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 1 1 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 4 4 6 -7.2 6 -7.4 6 -9 SECTION 7 7 -7 7-8 7 -8.1 7-8.5 7-8.6 7 -10 7 -10.1 7 -10.2 7 -10.3 7 -10.4 7- 10.4.1 7 -10.5 0 0 Working Days 4 Working Hours 4 LIQUIDATED DAMAGES 4 RESPONSIBILITIES OF THE CONTRACTOR 5 COOPERATION AND COLLATERAL WORK 5 PROJECT SITE MAINTENANCE 5 Cleanup and Dust Control 5 Temporary Light, Power and Water 5 Water Pollution Control 6 PUBLIC CONVENIENCE AND SAFETY 6 Traffic and Access 6 Storage of Equipment and Materials in Public Streets 6 Street Closures, Detours, Barricades 6 Public Safety 7 Safety Orders 7 "No Parking" Signs 7 7 -15 CONTRACTOR LICENSES 7 SPECIAL PROVISIONS — CONTINUED 1 -54 0 • SP 1 OF 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS OCEAN PIER REHABILITATION CONTRACT NO. 3312 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing Nos. H- 5157 -S and H- 5158 -S); (3) the Citys Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2 —SCOPE AND CONTROL OF THE WORK 2 -1 AWARD AND EXECUTION OF CONTRACT. Add to this section, "The following items of work pertain to the Additive Bid Items (ABI) included within the Proposal. Award of contract, if made, will be to the lowest base bid plus as many ABI that can be awarded with the funds that are available for award. ABI shall be awarded in the following sequence: ABI #1 (Clean marine growth from piles on both piers) ABI #2 (Construct removable pile cap covers on both piers) ABI #3 (Replace timber railing on Newport pier) ABI #4 (Install spare conduits on Newport Pier)" 0 0 SP20F7 2-6 WORK TO BE DONE. Add to this section, 'The work necessary for the completion of this contract consists of replacing deteriorated pile, timber, connectors, deck, railing, etc., on Newport and Balboa piers; reconstructing certain portions of the workshop and lifeguard accessway under Newport Pier, replacing utility conduits and certain other items on Newport and Balboa piers; and if included in award of contract, constructing certain Additive Bid Items (ABI) upon the piers" 2-9 SURVEYING 2 -9.5 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and protect them during construction operations. In the event that survey monuments are located on either of the piers and they must be removed or otherwise disturbed during the course of work, the Contractor shall notify the Engineer to document the monuments and restore them as required by law upon completion of construction. SECTION 3--- CHANGES IN WORK 3 -3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." 9 • SP3OF7 SECTION 4— CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION S-- UTILITIES 5 -2 PROTECTION. Add to this section, "Lighting, utility services, trash collection, etc., shall be continuously provided to the piers and restaurants except during the pier closure periods granted herein or during utility shutdowns granted by the Engineer." 5 -7 SALVAGED MATERIALS. The Contractor shall salvage utility pipe materials that are removed from the piers. Salvaged items shall be delivered to the City's Utility Yana at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6— PROSECUTION PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. No work shall begin until all contract documents have been approved by the City, a pre - construction conference has been held with the Engineer, and a schedule of work has been approved by the Engineer. The Contractor's schedule of work shall include an allowance for construction activity by other City contractors during the time that work is being performed on this contract, as specified in Section 7 -7. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the contract documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule SP40F7 and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job. The term "work" as used herein shall include furnishing acceptable contract documents, providing and removing signs and traffic control devices, demolition, removals, construction, cleanup, etc." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, 'The Contractor shall complete all work on or before March 22, 2002. 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 'I st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), December 24"' (Christmas Eve), December 25th (Christmas), and December 31" (New Year's Eve). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are 7:00 a.m. to 6:30 P.M. Monday through Friday and 8:a.m. to 6:00 p.m. on Saturdays. Should the Contractor desire to work outside of these normal working hours, he shall first obtain special permission from the Engineer. Requests for working outside of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay to the City, or have withheld from moneys due it, the hourly sum of $50.00 for supplemental inspection during these time periods. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day in excess of the time specked under Section 6 -7.1 for completion of work, as adjusted in accordance with Section 6 -6, the Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $1000. For each consecutive calendar day in excess of the time granted under Section 7 -10.3 for each pier closure, as adjusted in accordance with Section 6-6, the Contractor shall pay to the City, or have withheld from moneys due it, the daily sum of $1000. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the City and Contractor that the liquidated damages specked above are the minimum value of the costs and actual damage caused by the failure of the Contractor to complete work within the allotted time." • • SP5OF7 The intent of this section is to emphasize to the Contractor the importance of prosecuting work in an orderly preplanned continuous sequence so as to minimize the disruption time to pier restaurant owners and to the public. SECTION 7— RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "A second City contractor will be reconstructing the Balboa Pier Restrooms, and a third City contractor will be reconstructing portions of Balboa Village and Balboa parking lot during the time that work is being performed on this contract. The Contractor shall coordinate his construction with that of the other contractors to minimize disruption to the other contractors or the community. The Contractor shall also coordinate his signage, materials delivery routes and storage areas, employee parking, etc. with the other contractors' such that work may be performed on all projects simultaneously with minimum disruption to the other contractors or to the community. No extra costs will be provided to the Contractor for this coordination. City forces will perform all necessary shut downs of water facilities. The Contractor shall provide the Engineer at least seven calendar days advance notice of the need for a shut down to occur. 7-8 PROJECT SITE MAINTENANCE 7-8.1 Cleanup and Dust Control. Add to this section, "The Contractor shall be solely responsible for containing and collecting construction debris and dust such that no construction debris, dust, washdown or cleanup sweeping shall reach the ocean. The Contractor shall prepare and submit a written plan for containment and collection of debris, dust, washdown and cleanup to the Engineer for approval at least two weeks prior to commencing work. If the approved measures taken are inadequate to provide for containment and collection of debris, dust, washdown and cleanup, the Contractor will cease work until a modified plan is submitted to and approved by the Engineer. The Engineer will not be liable to the Contractor for the rejection or approval of any or all submitted or revised debris, dust, washdown and cleanup plans, nor for delays to the work due to the Contractors failure to submit acceptable plans. Accumulated debris, dust, washdown and cleanup inside the containment system shall be removed each working day and stored in leak proof containers. The containers shall be handled such that no spillage will occur. The Contractor shall be solely responsible for disposing the contents of the containers at an approved disposal facility and for performing tests that may be required by the facility." 7-8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned 0 0 SP6OF7 to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water containing mud, silt or other deleterious material due to the construction of this project shall be contained and prevent by the Contractor from migrating into the ocean." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, 'The Contractor shall provide for pedestrian and vehicular access upon the piers and to beaches, restrooms and parking lots adjacent to or under the piers in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) as published by Building News, Inc. The piers are used by fishermen and pedestrians, for lifeguard activities, and for vehicular deliveries to restaurants located at ends of the piers. The Contractor shall maintain continuous access for such use except during the pier closure periods granted under Section 7- 10.3." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment shall not be stored on City parking lots, sidewalk areas, beaches, piers, etc., except as permitted by the Engineer. The Engineer will designate the locations and lengths of time where the Contractor may store equipment and materials. Because of concurrent construction activity by other City contractors, the Contractor may be required to relocate his stored materials and equipment if his storage area restricts other work past March 22, 2002. 7 -10.3 Street Closures, Detours and Barricades. Add to this section "At least five working days prior to the pre - construction meeting, the Contractor shall submit plans for closing, detouring and barricading piers or other work areas to the Engineer for approval. A separate plan shall be submitted for each pier or other work area and for each stage of proposed construction. The plans shall include the following: 1. Locations of work areas and traffic controls, barricades, warning and guidance devices, temporary restrictions, etc., around those work areas; 2. Locations of nearby areas where work will be performed by others; 3. Widths of walkways, driveways, accessways to restaurants, etc.; 4. Periods of pier closures; and 5. Other details that may be necessary to assure that fishermen, pedestrians, and vehicular traffic will be handled in a safe and efficient manner with minimum inconvenience. Fishing areas shall be accessible at all times except within the Contractor's work area or during the pier closure periods granted herein. • • SP7OF7 Pier closures shall not occur prior to January 2, 2002. Each pier may be closed one time only and for no longer than 56 calendar days each. Both piers may be closed simultaneously one time only and for no longer than 32 calendar days. 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section, 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. If "NO PARKING -TOW AWAY" signs are needed by the Contractor, he shall furnish, install, and maintain the signs in place. He shall post them at least forty -eight hours in advance of the need for enforcement, and shall notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor A License. At the start of work and until completion of work, the Contractor and each subcontractor shall possess Business Licenses issued by the City of Newport Beach. The Contractor shall fully comply with the following Special Provisions (Continued) which augment and are referenced to sections of the Standard Specifications for Public Works Construction F: \Users\PBW\Shared\Contracts\FY 0"2\Ocean Pier Rehabilita5on C- 3312\SPECS G3312.doc OCEAN PIER REHABILITATION SPECIAL PROVISIONS (CONTINUED) TABLE OF CONTENTS SECTION DESCRIPTION [PAGE Section 800 General Conditions ..................................................... ..............................1 Section810 Demolition .................................................................. ..............................9 Section 820 Timber Piles ............................................................... .............................11 Section 830 Timber Construction .................................................. .............................16 Section 840 Concrete Deck ........................................................... .............................19 Section 850 Metal Fabrication ....................................................... .............................24 Section 860 Chain Link Security Enclosure ................................. ............................... 30 Section 870 Site Furnishings ........................................................ .............................32 Section 900 Mechanical Demolition .............................................. .............................33 Section 910 Water Distribution Piping ........................................... .............................35 Section 920 Sanitary Sewerage .................................................... .............................37 Section 930 Natural Gas Piping .................................................... .............................38 Section 1000 Basic Electrical Materials and Methods ..................... .............................40 Section 1010 Conductors and Cables ............................................. .............................41 Section 1020 Raceways and Boxes ................................................ .............................43 Section 1030 Wiring Devices .......................................................... .............................45 Section 1040 Interior Luminaries .................................................... .............................47 Section 1050 Exterior Luminaries ................................................... .............................49 Section 1060 Telephone and Intercommunication Equipment ......... .............................51 Section 1070 Transmission and Distribution ................................... .............................53 Page i • • SECTION 800 GENERAL CONDITIONS 800 -7.0 PAYMENT SCHEDULES Within two calendar days after award of Contract, the Contractor shall submit Payment Schedules for each pier to the Engineer for approval. It shall include, as a minimum, the following payment items: 800 -7.1 PAYMENT SCHEDULE FOR NEWPORT PIER No. Payment Item Quantity Unit Price Total 1 Mobilization 2 Remove and dispose of timber piles 3 Furnish dual - wrapped timber piles 4 Install piles, cutoff to butt elevation, and connect to pile cap 5 Remove deck furnishings and storage sheds 6 Remove electrical equipment at Bent 48 (transformer, switchboard, sewage, lift station, control panel, and related conduitsystems) 7 Remove stairs, ramp and bridge to Lifeguard Headquarters Building 8 Remove aluminum handrail between Bents 1 and 4 9 Remove and dispose of water line and hardware 10 Remove and dispose of fire line and hardware 11 Remove and dispose of gas line and hardware 12 Remove and dispose of sewer line and hardware 13 Remove, salvage and reinstall light poles 14 Remove and dispose of electrical conduits, cables, and hardware 15 Remove and dispose of concrete deck, 2x decking, and bridging 16 Remove and dispose of stringers 17 Furnish 4x16 timber stringers 18 Install 4x16 stringers 19 Construct pile to pile cap connection repair 20 Furnish and install 4 x 16 blocking 21 Furnish ' /.-inch treated plywood 22 Install plywood decking Section 800 - General Conditions Page I E No. Payment Item Quantity Unit Price Total 23 Construct deck waterproofing between Bent Nos. 4 and 7 24 Construct cast -in -place concrete deck without cap covers 25 Fumish and install electrical access frames and covers 26 Fumish and install aluminum utility trench covers 27 Construct closure pour around restaurant 28 Construct stairs to Lifeguard platform 29 Replace chain link enclosure at Lifeguard stairs and platform 30 Replace ceiling in Dory Workshop 31 Replace electrical system and lighting in Dory Workshop 32 Fumish and install pier electrical conduit, cable, hangers, and hardware 33 Fumish and install new pier light poles and luminaries 34 Fumish and install new pier sewer line, hangers, and hardware 35 Fumish and install new pier water line, hangers, and hardware 36 Fumish and install new pier fire line, hydrants, hangers, and hardware 37 Fumish and install new pier gas line, hangers, and hardware 38 Fumish and install new fishing benches 39 Reinstall salvaged fish sinks, fish cutting boards, telescopes, and all other miscellaneous deck furnishings 40 Reinstall aluminum handrail between Bents 1 and 4 41 Rebuild and reinstall stairs, ramp, and bridge to Lifeguard Headquarters Building 42 Reinstall pier closure gates 43 Reinstall gangway hoist 44 Replace electrical system and lighting at Lifeguard platform 45 Reinstall electrical equipment at Bent 48 (transformer, switchboard, sewage, lift station, control panel, and related conduitsystems) 46 Construct storage sheds in -kind at Bent 48 47 Modify ramp and stairs to restaurant entrances 48 Prepare As -Built Drawings Subtotal Section 800- General Conditions Page 2 Ll 800 -7.2 PAYMENT SCHEDULE FOR BALBOA PIER 0 No. Payment Item Quantity Unit Price Total 1 Mobilization 2 Remove and dispose of timber piles 3 Furnish dual - wrapped timber piles 4 Install piles, cutoff to butt elevation, and connect to pile cap 5 Remove deck furnishings and storage sheds 6 Remove and dispose of water and fire line and hardware 7 Remove and dispose of gas line and hardware 8 Remove and dispose of sewer line and hardware 9 Remove, salvage and reinstall pier light poles 10 Remove and dispose of electrical conduits, cables, and hardware 11 Remove and dispose of concrete deck, 2x decking, and bridging 12 Remove and dispose of stringers 13 Furnish 4x16 timber stringers 14 Install 4x16 stringers 15 Construct pile to pile cap connection repair 16 Furnish and install 4 x 16 blocking 17 Fumish %/ inch treated plywood 18 Install plywood decking 19 Construct cast -in -place concrete deck without cap covers 20 Furnish and install aluminum utility trench covers 21 Construct slab detail at restaurant 22 Furnish and install new pier electrical conduit, cable, hangers, and hardware 23 Furnish and install new pier light poles and luminaries 24 Furnish and install new pier sewer line, hangers, and hardware 25 Furnish and install new pier water line, hangers, and hardware 26 Furnish and install new pier fire line, hydrants, hangers, and hardware 27 Furnish and install new pier gas line, hangers, and hardware 28 Furnish and install new pier guardrail 29 Furnish and install new fishing benches Section 800 - General Conditions Page 3 0 a No. Payment Item Quantity Unit Price Total 30 Fumish and install new fish cutting board and support 31 Reinstall salvaged fish sinks, telescopes, and all other miscellaneous deck furnishings 32 Reinstall pier closure gates 33 Construct storage sheds in -kind at Bent 43 34 Prepare As -Built drawings Subtotal BASE BID (Payment Items 1 through 46 for Newport Pier plus Total Payment Items 1 through 34 for Balboa Pier ADDITIVE BID rTEMS Add furnishing all labor, materials, and equipment to clean piles of #1 all marine growth in Bent Nos. 24 thru 53 on Newport Pier and Bent Nos. 20 thru 47 on Balboa Pier Delete Payment Item 23 on Newport Pier and add cast -in -place concrete deck with cast -in -place concrete cap covers; Delete Payment Item 19 on Balboa Pier and add cast- in -place concrete deck with cast-in-place concrete cap covers #3 Add furnishing all labor, materials, and equipment to replace the existing timber guardrail on Newport Pier #4 Add furnishing all labor, materials, and equipment to install spare conduits on Newport Pier The above payment items shall be used as the sole basis for measurement of work completed in accordance with the Plans and these Special Provisions. Progress payments shall be made on the basis of the quantities furnished and installation completed times the corresponding unit prices for each payment item in the payment schedules. The Contractor is responsible for a complete project and for performing all work shown on the Plans and as described in these Special Provisions. 800 -8.0 PREVIOUS INVESTIGATIONS Pier inspection reports have been prepared in previous years by various contractors. The most recent inspection was an underwater pile inspection above water superstructure inspection and has been summarized in a report; the inspection was performed by Harbor Offshore, Inc. in August 2000. Copies of these reports are available for inspection at the offices of the Public Works Department upon request. Copies of these reports are available for purchase from the office of the Engineer upon request for a cash payment of $50.00 for each inspection report. Section 800 - General Conditions Page 4 AG115.1 P 800 -10.0 800 -11.0 0 0 SUPERVISION AND SUPERINTENDENCE The Contractor shall keep on the project site at all times during its progress a competent resident superintendent who shall,not be replaced either permanently or temporarily without written notice to and approval by the Engineer, except under extraordinary circumstances. The superintendent will be the Contractor's representative at the site and shall have authority to act on behalf of the Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Lack of supervision will be grounds for a Stop Work Notice issued by the Engineer, in which case no work will be performed unless proper supervision is provided. A resume summarizing work experience of superintendent shall be submitted at the pre - construction meeting. A letter from the Contractor designating the superintendent as his representative shall also be submitted at the pre - construction meeting. STAGING / LAYDOWN AREAS Available space for staging, laydown, and equipment storage adjacent to the pier is limited as indicated on the Plans. It shall be the sole responsibility of the Contractor to secure the use of any other public or privet property through the City or private property owners respectively for use as construction staging, transfer, or laydown areas. All costs associated with securing and using public or private properties for this use shall be bome by the Contractor and included within the lump sum price bid for Mobilization and no separate payment shall be made. PERMIT CONDITIONS The Contractor shall abide by all applicable local, state and federal laws and regulations. 800 -12.0 MOBILIZATION Mobilization shall be considered complete when the Contractor has moved onto the project site all necessary major pieces of equipment and sufficient personnel to progress the work, along with necessary materials to commence work and to continue working without interruption. In addition, all of the following shall be submitted at or prior to the pre - construction conference and approved prior to any work starting on the project: A. Detailed, comprehensive schedule showing all major work items. Schedule shall start at award and continue though final acceptance and include all submittals and material fabrications and deliveries. Contractor may use any commonly acceptable form of schedule, including CPM, PERT, or Bar Chart, but sufficient detail shall be provided to track all major work items, and to analyze the interdependency and interrelationship of all items. B. Complete list of subcontractors and suppliers, including address and name of contact person and phone number. C. Traffic control plans per Section 800 -4.0 of these Special Provisions D. Pier access plans per Section 800 -5.0 of these Special Provisions. Section Soo- General Conditions Page 5 0 E. Pier closure plans per Section 800 -5.0 of these Special Provisions. F. Payment schedules per Section 800 -7.0 of these Special Provisions. G. Resume' of Contractor's resident superintendent and letter from Contractor designating the superintendent as his representative per Section 800-9.0 of these Special Provisions. H. Videotapes per Section 800 -18 of these Special Provisions. Demolition plans per Section 810 of these Special Provisions. J. Pile driving methods per Section 820 -2.01) of these Special Provisions K. Wood preservative treatment schedule for all pile, timber, and plywood. Said schedule shall indicate the location of treatment plant(s) to be used and dates when treatment shall occur. The schedule shall also include each plant's methodology and procedures for inspection, laboratory analysis, quality assurance, and quality control to certify and give evidence that all treatment will comply with specified AW PA treatment standards. L. Concrete deck pour plan per Section 840 -2.OE of these Special Provisions. M. Certified flatwork finisher certification per Section 840 -2.OF of these Special Provisions. N. Metal fabrication schedule per Section 850 -1.41) of these Special Provisions. No payment will be made for Mobilization until all the above items are completely and satisfactorily submitted to the Engineer. Payment for Mobilization shall not exceed 10% of the amount of the Base Bid. 800 -13.0 BEACH TOPOGRAPHY The Contractor is advised that beach sand at the project site is constantly shifting and may exhibit seasonal changes in overall dry beach width and depth offshore. Beach elevations and offshore profiles shown in the Plans were last surveyed in 1999 and spot soundings were last recorded in June 2001. Work is planned for fall and winter months when reductions in beach width and elevation can occur. The Contractor shall superintendent shall be well - experienced in working under these conditions. 800 -14.0 OCEANOGRAPHICAL CONDITIONS The Contractor is advised that the project site is located within a coastal zone that experiences variable changes in wind, waves, water level, current and weather. The Contractor is further advised that the project site is located within a coastal zone that may experience higher wave heights due to offshore wave refraction and shoaling effects. The work may be exposed to fall and winter storm wave attack. Portions of the work specified herein may require that the Contractor schedule his activities during times of most favorable tides. Lowest tides generally occur during the winter Section 800 - General Conditions Page 6 0 0 months when storm probability and high tides are highest. Low tides do not always occur during daylight hours. The Contractor shall satisfy himself as to the hazards, risks and work conditions likely to arise from weather variations and /or tidal variations and is advised to subscribe to a marine weather and wave forecast service and consult tide tables published by the National Oceanic and Atmospheric Administration. Daily tide elevations may vary from predicted tide elevations due to wind, stones, atmospheric conditions, and other effects. The bidder to whom this contract is awarded agrees by execution of the contract that the Contractor neither has nor shall have any claim, demand, action or cause of action against the City of Newport Beach, or any officer or employee thereof, on account of or in respect to any actual oceanographical conditions that are in variance with predicted events. 800 -15.0 CHANGES IN WORK Section 3 -2 of the SSPWC shall be amended as follows: "No adjustment of the approved Unit Prices within the of Payment Schedule as described in Section 800- 7.0 of these Special Provisions shall be made for any increase or decrease in work." 800 -16.0 ADDITIONAL INSURANCE REQUIREMENTS In addition to the insurance requirements specified in Section 7 -3 of the Special Provisions, the Contractor shall also maintain statutory coverage to protect him from claims related to and be in compliance with the provisions of the Longshoremen's and Harbor Workers' Compensation Act. 800 -17.0 AS -BUILT DRAWINGS The Contractor and each subcontractor shall keep an up-to -date and complete record set of Plans which shall be corrected daily and indicate every change from the original Plans and Specifications. The drawing sets shall be kept on the job site and available to the Engineer at all times. Upon completion of the Contract, the record drawings shall be transferred to one (1) set of paper transparencies (sepia) by a competent draftsperson, signed by the Contractor as being true and accurate, and delivered to the Engineer. The cost of maintaining the record Plans and producing and delivering the final As- Built Plans to the Engineer shall be in accordance with Section 800 -7.0. 800 -18.0 VIDEOTAPING A minimum of one -week prior to start of construction, the Contractor shall have videotapes taken of all areas where construction is to take place. Such videotapes shall be provided to the Engineer before construction commences. These videotapes shall serve as a record of the existing conditions for disputes arising from restoration, and should therefore be taken along the. line of construction and site access and staging areas at sufficient detail as necessary to clearly depict details of existing conditions. The videotapes shall be standard VHS cassette type tapes in color. All videotapes shall be indexed and catalogued in such a manner that each Section 800 - General Conditions Page 7 0 0 photographed area is readily identifiable, and shall also indicate the date and time (hour, minutes, and seconds) on which the photograph was made. The Contractor shall also have videotape taken of any unusual conditions encountered during construction that is not already a matter of photographic record upon completion of construction. In any deficient areas where existing previous conditions cannot be determined by means of videotapes, the area shall be restored as approved by the Engineer at Contractor's expense. 800 -19.0 MANUAL OF PARTS AND SUPPLIES The Contractor shall prepare a bound manual that compiles a complete list of all materials, parts, supplies, equipment, and hardware used to construct the project. Information shall include vendor name, location, phone number, operations and maintenance manuals where applicable, manufacturer's literature, cut - sheets, and other relevant data so that the Engineer may obtain replacement or supplemental pieces at a later date. The neatly bound manual shall be delivered to the Engineer for approval two days before the scheduled date of the final inspection job walk. END OF SECTION Section 800 - General Conditions Page 8 0 SECTION 810 DEMOLITION 810 -1.0 DESCRIPTION 0 Demolition work shall consist of furnishing transportation, supervision, labor, equipment and materials for the removal of existing timber piles, pile caps, stringers, blocking, guardrail (where specified), miscellaneous hardware, concrete deck, timber deck, utilities, and furnishings of the existing timber pier at the locations shown on the Plans or as directed by the Engineer. 810 -2.0 SUBMITTALS Submit the following to the Engineer for approval: A. Pier Access Plan Submit for approval by the Engineer a pier access plan per Section 800 -5.0 of these Special Provisions. B. Demolition Plan Submit for approval by the Engineer a detailed plan of removal and salvage describing means and methods for accomplishing the work. 810 -3-0 EXECUTION A. General All removed materials except enumerated items to be salvaged and re- installed for City re -use shall become property of the Contractor. The Contractor shall dispose of his removed materials off the job site at his sole expense. 2. Should the Contractor decide to move any large items intact off the job site, the Contractor shall make his own arrangements with the City and all other agencies of jurisdiction for permits, clearances, and or utilities removal or replacement. 3. No materials of any description shall be allowed to fall into the ocean water. The Contractor shall be responsible for retrieving any debris, material, equipment, or item that falls into the water, and any such debris, material, equipment, or item shall be retrieved immediately. B. Pile Removal Existing piles to be removed shall be completely extracted or cut cleanly flush with the existing mudline elevation. The removed portion shall be legally disposed of offsite by the Contractor within one week of extraction. Section 810 - Demolition Page 9 C. Concrete Deck Removal 1. Completely remove all existing concrete deck and curb, including embedded reinforcement, conduit, felt, expansion joint material, sealant, and miscellaneous materials. 2. Neatly sawcut around the existing restaurant foundation slabs to the limits shown on the Plans. Protect all existing building floor slab reinforcement and tie -down hardware in place. D. Framing, Deck, and Guardrail 1. Remove and dispose of all timber deck material and hardware to completely expose the tops of the existing timber stringers. Do not cut any stringer that will result in leaving a reduced length in place. Remove only entire pieces. Any deck board, stringer, or framing piece that is removed shall not be re -used in the new work unless approved by the Engineer. 2. Protect the existing Newport Pier timber guardrail in place. 3. Note that the power conduit to Ruby's restaurant is the pipe railing. E. Utilities Remove existing utilities per Sections 900 and 1000 of these Special Provisions. Provide continuous power service for piers, Newport Seafood restaurant, and Ruby's Diner until the pier is closed to the public. F. Site Furnishings Carefully remove fish cleaning sinks, telescopes, public telephones, and their associated hardware for re- installation on new pier decks where specified. [Concrete benches and trash cans will be removed and reinstalled by others.] 810 -4.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 810- Demolition Page 10 0 SECTION 820 TIMBER PILES 820 -1.0 DESCRIPTION 0 Timber pile work shall consist of furnishing transportation, supervision, labor, equipment and materials for the removal of existing damaged timber piles and installation of new timber piles at the locations shown on the Plans or as directed by the Engineer. 820 -2.0 SUBMITTALS Submit the following to the Engineer for approval: A. The Contractor shall notify the Engineer one week prior to pile treatment so that plant inspection may be arranged. B. One week prior to installing any pile, the Contractor shall furnish written certificates of materials compliance to the Engineer for approval. Any pile delivered to the job site that does not conform to the requirements of ASTM D25 and the size requirements of these Special Provisions shall be rejected. Rejected piles shall be removed and hauled away immediately by the Contractor at his own expense. C. One week prior to installing any pile, the Contractor shall furnish to the Engineer for approval certificates of treatment and plant inspection analysis reports in conformance with Section A of AWPA M2 -97. Any pile delivered to the job site that does not meet minimum requirements for net preservative retention and /or penetration of preservative, shall be rejected by the Engineer. Rejected piles shall be removed and hauled away immediately by the Contractor at his own expense. D. Pile Driving Method Contractor shall provide a complete description of proposed equipment and methods for installing the piles to the depths specified and within the tolerances shown on the Plans. Submittal shall include equipment and methods for delivery of pile to the driver, type and size, including make and model of crane for driving, hammer, hammer cushion material, driving helmet, cushioning if necessary, and placement of crane during handling and driving operations. E. Materials certification for pile wrap F. Certification of fasteners and strapping for pile wrap 820 -3.0 MATERIALS A. Timber Piles Section 820- Timber Piles Page I I 50 0 0 Piles shall be in conformance with Section 205 -1 of the SSPWC except as noted below: Piles butt diameter shall be not less than 16 inches and not greater than 18 inches to fit between existing gap spacing between stringers. 2. Minimum pile tip diameter shall be 10 inches. 3. Piles shall be treated with preservatives in conformance with Section 2042 of the SSPWC except that timber piles shall be treated with creosote per AWPA P1/P13 -95 to a retention of twenty (20) pounds per cubic foot in conformance with AWPA C3 -97. Pile Wrap Piles shall be protected with an inner and outer pile wrap of polyethylene sheeting formulated to provide maximum resistance to long -term exposure to marine organisms, rot and decay of timber piles. The sheeting shall be black in color, smooth and free of wrinkles, pinholes and other irregularities. The polyethylene sheeting shall conform to the following requirements: Polyethylene Inner Wrap: Resin Virgin polyethylene sheeting, containing no reprocessed resin, which meets the following requirements: Prope Value Test Method Thickness, in. 0.020± 0.002 ASTM D 2103, Para7.9 Density 0.917 - 0.931 ASTM D 1505 Carbon Black 2.0% minimum Free shrink *MD 15-20% Fed. Spec *TD 0-7% L -P -378 Coefficient of 0.4 to 0.6 ASTM D 1894 Friction, UK Heat sealing Normal properties Melting index, grams/10 minutes 0.2 -0.4 ASTM D 1238 Tensile strength *MD 1,400 min. ASTM D 882 Psi *TD 1,500 min. Elongation, *MD 300 min. Percent *TD 300 min. Yield, sq. in. 1351 -1677 Per pound of material Roll width, feet 5.5 center fold 11.0 ± 0.1 open Roll length, feet 150,+5-0 Roll weight, pound 141 -183 *MD =Mill direction *TD= Transverse direction Section 820 - Timber Piles Page 12 0 0 2. Polyethylene Outer Wrap: Outer wrap shall be SeaSheild „160HDPE outercover as manufactured by Denso North America, Inc. Houston, Texas or one hundred -fifty (150) mil extra high molecular weight polyethylene extruded cylinder shaped sheets fourteen (14) feet in length as manufactured by Tunnel Manufacturing, San Francisco, CA. The outer wrap shall be extruded in pile shape to fit the specified piles and pre - drilled to the specified nail spacing 3. Nails for Pile Wrap Nails for inner wrap shall be eight (8) penny Type 316 stainless steel common wire nails with straight or spiral shank and neoprene sealing washers. Nails for outer wrap shall be twenty (20) penny Type 316 stainless steel common wire nails with straight or spiral shank. 820 -4.0 EQUIPMENT Conform to Section 305 -1.2 of the SSPWC except as modified below: A. The pile driving hammer shall have a minimum ram weight of 4,000 pounds. 820 -5.0 EXECUTION A. Pile Removal Existing piles to be removed shall be completely extracted or cut cleanly flush with the existing mudline elevation. The removed portion shall be legally disposed of offsite by the Contractor within one week of extraction. B. Pile installation shall conform to Section 305 -1.4 of the SSPWC except as modified below: Handle piles in conformance with Section 204 -2.5 of the SSPWC sc that piles and pile wrap are not damaged. Wrapped piles shall be handled only with nylon slings to prevent damage to the pile wrap. Nc sharp objects or tools shall be used during pile handling or installation. 2. Strap pile butts with a minimum of two 1 -1/4 inch wide stainless steel bands using an approved banding machine. Bands shall have a minimum thickness of 0.044 inches. Locate bands approximately two feet and four feet from the pile butt to protect the head during driving. 3. Piles shall be wrapped before driving with an inner and outer layer of specified materials before driving between elevations shown on the plans. The longitudinal joint of the outer pile wrap shall face shoreward when driven. Wraps shall be uniform and continuous throughout the length Section 820 - Timber Piles Page 13 0 0 of pile, resulting in a smooth, wrinkle -free, airtight fit. All joints shall be overlapped a minimum of four (4) inches and a maximum of eight (8) inches to provide a continuous seal. b. The specified nails shall be used to secure the longitudinal closure seam joint, circumferential overlap splices, and wrap ends. Nails shall be spaced a minimum of three (3) inches on center and a maximum of one (1) inch from all edges. If deformations, buckles, or wrinkles occur between fasteners, additional nails shall be used to produce a flush joint. Nails shall be spaced at transverse joints and pile wrap ends at four (4) inches on center and a maximum of one (1) inch from all edges. The top and bottom of the pile wrap shall be banded circumferentially four (4) inches above the edge per ;Section 820- 5.OB(2) of these Specifications. Circumferential banding shall also be applied at all points where the outer wrap overlaps to secure all transverse joints. C. The wearing surface shall be wrapped uniformly around the pile in a single piece lengthwise resulting in a smooth, wrinkle - free fit. The maximum gap between wearing surface and pile shall be 1/8 inch. 4. Piles shall be installed to the tip elevations indicated on the Plans or minimum practical refusal as determined solely by the Engineer. 5. Jetting shall not be allowed within ten (10) feet of the specified tip elevation. 6. Piles shall be driven only in the presence of the designated representative of the Engineer. Piles shall be marked the entire length prior to driving in order to facilitate the determination of penetration elevations. Except for the pile head under the driving cap, the top five (5) feet of each pile shall be marked in tenths of a foot. The Contractor shall provide facilities for the inspection and the recording of the pile data. The Engineer, or his representative, will record the data. 7. After the piles are driven and accepted by the Engineer, they shall be cut off to true planes to receive and provide uniform bearing for the timber caps. Once piles are cut off, the cut surface shall be thoroughly treated per AWPA C18. Replace all pile to cap connecting hardware. 8. Contractor shall submit at the Pre - Construction Meeting a comprehensive pile driving plan showing proposed equipment, means and methods for installing the piles. Contractor shall only be allowed to employ "swinging" leads if he can satisfactorily demonstrate: to the engineer that he is able to maintain the tolerances specified and to maintain the pile and pile driving in true and proper alignment throughout driving operations. Section 820-Timber Piles Page 14 0 C. Cleaning Existing Piles of Marine Growth Where Additive Bid Item #1 for clean piles of marine growth is awarded, each pile shall be cleaned of ninety percent (90 %) of all biomass between. Elevation +6.0 feet, MLLW and —8 feet, MLLW. Mussels, seaweed, and all other marine growth shall be removed by a certified commercial underwater diver experienced in cleaning timber piles and submerged structures. All specified piles shall be cleaned of biomass down to the basal plate layer using hand tools or other mechanical methods. Care shall be taken to not damage the preservative layer of the existing timber pile or any pile wrap or hardware. 820 -6.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 820 - Timber Piles Page 15 SECTION 830 TIMBER CONSTRUCTION 830 -1.0 DESCRIPTION E Timber construction consists of fumishing supervision, labor, materials, transportation, equipment and incidentals necessary for removing pier sub -deck and stringers; drilling holes; spiking; furnishing and installing timber stringers, sub -deck, guardrail, and stairs; fabricating metal items for connection of associated timber work to existing and new deck, stringers, stairs, pile cap and piles; and miscellaneous Umber work as may be directed by the Engineer. 830 -2.0 SUBMITTALS A. Certificates of materials compliance for all timber, lumber, and plywood B. The Contractor shall notify the Engineer one week prior to treatment of timber, lumber, or plywood so that plant inspection may be arranged. C. One week prior to doing any timber work, the Contractor shall furnish the Engineer with certificates of wood preservative treatment for approval. The written certifications and plant inspection analysis reports shall conform to the requirements of Section A of AWPA M2 -97. Any timber delivered to the job site that does not meet the minimum requirements of net retention and/ or penetration of preservative shall be rejected by the Engineer. Rejected material shall be immediately hauled away by the Contractor at his own expense. 830 -3.0 MATERIALS A. Timber. Unless noted otherwise on the Plans, all new and replacement timber and lumber material for stringers, pile cap, blocking, and framing shall be rough size Pacific Coast Douglas Fir, Number 1 or better and shall conform to Sections 2041.1.2 and 2041.3.1 of the SSPWC. 2. All timber and lumber for guardrail shall be Pacific Coast Douglas Fir, Number 1 or better, S4S, FOHC, selected for appearance. 3. All plywood shall meet the provisions of APA Series Specification V- 611. All veneers shall be grade C or better. Glue bond shall meet the requirements for Exterior as defined in Product Standard PS1 -95. All plywood panels shall be manufactured by a mill certified by the American Plywood Association. All sheets shall be clearly marked for grade compliance at the mill. The grade stamp shall include the following APA trademark certification language: "APA Rated Sheathing, Exterior, Series V -611 ". Section 830- Timber Con=ction Page 16 • • B. Wood Preservative Treatment: 1. All timber and lumber shall be pressure treated with chemonite (ACZA) per AWPA Standard P5-97 to a minimum net retention of 0.60 pounds per cubic foot by assay per AWPA Standards C2 -97 and C18- 95 inspected in accordance with Section A of AWPA M2 -97. 2. All plywood for decking shall be treated with chemonite (ACZA) or chromated copper arsenate (CCA) per AWPA Standard P5 -97 to a minimum net retention of 0.6 pounds per cubic foot by assay per AWPA Standards C9 -97. All plywood shall be kiln dried after treatment (KDAT) to a moisture content of 18 percent. All plywood shall be inspected in accordance with Section A of AWPA M2 -97. C. Hardware Unless noted otherwise on the Plans, bolts, nuts and washers shall conform to the requirements of ASTM A 307 and shall be hot -dip galvanized in accordance with ASTM A 153. Nuts and bolts shall be threaded before galvanizing. Washers shall be malleable iron in conformance with ASTM A 47. 2. Unless noted otherwise on the Plans, common wire spikes shall be hot dip galvanized in conformance with Section 210 -3 of the SSPWC. 3. Unless noted otherwise on the Plans drift pins for pile - to-pile cap connections shall be ASTM A36 bar stock hot dip galvanized. Replacement drift pin connections for stringers shall be hot dip galvanized in accordance with ASTM A 153. 4. Unless noted otherwise on the Plans structural plate and shapes shall conform to Section 206 -1.1.1 of the SSPWC. 5. Unless noted otherwise on the Plans all wood screws shall be Type 316 stainless steel in conformance with ASTM A 276, 6. Stainless steel hardware and fasteners shall be Type 316 in conformance with ASTM A 276, 830 -4.0 EXECUTION A. All work shall be in conformance with Section 305 -2 of the SSPWC except as modified below: Pre -drill pilot holes with a bit 1/16 inch less diameter than the diameter of the nail or spike for all nails and spikes larger than 16d. Nail without splitting wood. 2. Drill straight and true from one side only. 3. Do not bear bolt threads on wood, but use malleable iron washers Section 830 - Timber Construction Page 17 • I under head and nut where both bear on wood, and use malleable iron washers under all nuts. 4. For deck, stinger, pile cap, pile, and other treated wood member$ which have ends cut off or holes drilled, the cut surface or the hole shall be thoroughly cleaned and treated per AWPA M4 -96. 5. Pre -drill pilot holes for all deck planks to avoid splitting during driving of spikes. 6. Pour bolt holes full of preservative prior to installing bolts. 830 -5.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 830 - Timber Construction Page 18 SECTION 840 CONCRETE DECK 840 -1.0 DESCRIPTION Provide all labor, materials and equipment for the installation of Portland cement concrete deck pavement. 840 -2.0 SUBMITTALS Submit the following to the Engineer for approval prior to starting concrete deck work: A. Concrete mix design. 1. Portland cement concrete 2. Polymer- modified Portland cement concrete B. Admixtures C. Reinforcement mill certificate D. Shop drawing of deck reinforcement E. Plan of concrete pouring, finishing, and curing. Contractor shall provide a complete description of proposed equipment and methods for pouring, finishing, and curing the entire concrete deck within the tolerances shown on the Plans. Submittal shall include equipment and methods to be used for delivery of concrete, finishing and jointing, and continuous wet cure. The submittal shall also contain a shop drawing that shows a plan view of the entire pier deck indicating the location and time sequence when all deck pours will be scheduled. F. Certification from the American Concrete Institute that Contractors Certified Flatwork Finisher meets the requirements of Section 840 -4.OA of these Special Provisions. G. Bar tie material, form ties, and means of reinforcement support during concrete placement 840 -3.0 PRODUCTS AND MATERIALS A. Portland Cement Concrete Materials for Portland cement concrete deck shall conform to the Section 840- Concrete Deck Page 19 requirements of Section 201 -1 of the Standard Specifications except as modified below: 1. Cement shall be ASTM C150 Type Il. 2. Concrete for pavement shall have a twenty -eight day (28) compressive strength of 5,000 pounds per square inch with a water to cementitious ratio of 0.4. 3. Polymer - modified cement for thin overlay and closure pour areas around the restaurant foundation slab shall be SikaTop 111 Plus as manufactured by Sika Corporation, Lyndhurst, New Jersey. B. Aggregate 1. Aggregates shall be ASTM C33, Size Number 3/4 -inch. Obtain crushed aggregates for exposed concrete surfaces from one source. Aggregates shall not contain any substance which may be deleteriously reactive with alkalies in the cement. Aggregate shall meet Los Angeles Rattler Values of seventy -five (75) per ASTM C131 and C535. 2. Aggregates for the thin - overlay and closure pour area around the restaurant foundation slab shall be 3 /8 -in pea gravel per Gradation No. 4 of Table 200- 1.4(B) of the SSPWC. Obtain crushed aggregates for exposed concrete surfaces from one source. Aggregates shall not contain any substance which may be deleteriously reactive with alkalies in the cement. Aggregate shall meet Los Angeles Rattler Values of seventy-five (75) per ASTM C131 and C535 C. Admixtures 1. Pozzolan conforming to ASTM C618 Type F shall comprise 15 percent of all cementitious material. 2. All concrete shall contain microfiber as manufactured by W. R. Grace & Company applied at a rate of 1 pound per cubic yard of concrete for crack control and impact resistance. 3. Plasticizing admixtures shall conform to ASTM C 494. 4. All concrete shall contain air entrainment. Air entrainment admixtures shall conform to ASTM C 260. Minimum air entrainment shall be five (5) percent by volume of the concrete mixture. D. Reinforcement Section 840 - Concrete Deck Page 20 a E 1. All bars shall be grade 60 ASTM A 615. All bars shall be epoxy coated in conformance with Caltrans standard specification Section 52- 1.02B. 2. Chairs, ties, and form ties and other materials to support form work or support reinforcement during concrete placement shall be made from non - corrosive materials or stainless steel. Dobies shall have a minimum compressive strength at 28 days of 5,000 pounds per square inch. E. Inserts 1. All permanent inserts shall be Type 316 stainless steel in conformance with ASTM A167. F. Control Joints 1. Control joints shall be in conformance with Section 201 -3 of the Standard Specifications. G Curing Compound 1. Curing compound shall be Type II, white pigmented. 840 -4.0 EXECUTION Work for concrete pavement shall be in conformance with Section 302 -6 and 303 -5 of the Standard Specifications except as modified below: A. All Concrete pavement placing, finishing, jointing, and curing shall be supervised on site by an ACI certified flatwork finisher. B. Cast -In -Place concrete shall be protected from thermal shock by covering with insulating blankets. Blankets shall be placed on the same day as concrete placement and remain in place for a minimum of 24 hours. C. Polymer - modified concrete for thin overlay closure pour shall be SikaTop 111 shall be amended with 318 -inch aggregate at a rate not to exceed 40 pounds per bag. 1. Concrete shall be mixed in conformance with manufacturer's recommendations. 2. All existing deck surfaces that will contact closure pour shall be mechanically roughened. 3. Substrate shall be coated with Sikadur 32, Hi -Mod epoxy bonding Section 840 - Concrete Deck Page 21 01 0 agent as manufactured by Sika Corporation, Lyndhurst, New Jersey. Apply epoxy to all existing concrete surfaces in accordance with manufacturer's mixing and applications recommendations. 4. Polymer- modifed concrete shall be placed over bonding agent before the epoxy bonding agent becomes tack -free. If the epoxy bonding agent becomes tack -free to the touch before the polymer - modified concrete is placed over it, the Contractor shall thoroughly clean the substrate to the satisfaction of the Engineer and re -apply the epoxy resin adhesive. D. All concrete and polymer - modified concrete shall be cured in accordance with ACI 301, 305, 306, and 308. All concrete shall be continuously wet cured with potable water for seven (7) days. 1. Acceptable means of wet cure shall be application of polyethylene sheets, polyethylene- coated waterproof sheeting, or polyethylene - coated burlap. 2. Sheeting shall be those specifically designed for curing concrete and shall be kept wet for the duration of the curing period. 3. Water shall not be more than 20 degrees F colder than the temperature of the concrete. 4. Prior to curing, prevent concrete from drying between placing and finishing and before curing is executed. 5. Concrete shall be protected from surface drying in accordance with ACI 305. 6. Moisture loss from concrete placed against, or in wooden or metal fors exposed to heating by the sun shall be minimized by keeping the forms wet until they can be safely removed. 7. Protection period for formed concrete (form removal) shall be in accordance with ACI 306, Table 5.3. 8. Immediately upon removal of side forms apply liquid curing compound to sides of concrete deck. Curing compound shall be as approved by the Engineer and applied per manufacturer's recommendations. E. No pre -cast concrete shall be allowed. All concrete deck work including removable concrete cap covers shall be constructed by the cast -in -place method. Vertical tolerance between any adjacent pour area shall be plus or minus zero (0) inches. 830 -5.0 MEASUREMENT AND PAYMENT Section 840 - Concrete Deck Page 22 Ll E See Section 800 -7.0 of these Specifications. END OF SECTION Section 840 - Concrete Deck Page 23 0 0 SECTION 850 METAL FABRICATION 850 -1.0 GENERAL 850 -1.1 DESCRIPTION Metal fabrication shall consist of furnishing transportation, supervision, labor, equipment and materials for the fabrication and installation of all fabricated steel connections and associated hardware in accordance with the Plans and Specification or as directed by the Engineer. 850 -1.2 INSPECTION The Engineer reserves the right to inspect the fabrication at any time during the work to assure that the materials and workmanship are in accordance with the Specification. The Engineer's inspection of the work shall not relieve the Contractor from responsibility for work errors or faults which are discovered during fabrication. Such work errors and faults shall be corrected by the Contractor at his sole expense. 850 -1.3 QUALIFICATION OF WELDERS A. Welders shall be qualified in accordance with the requirements of ANSI /AWS D1.1 -98. B. Mill Test Mill tests shall be prepared for specified ASTM material and conform to Sections 2 -06 -1.1.2 and 1.1.3 of the SSPWC. 850 -1.4 SUBMITTALS A. Test Reports: The Contractor shall submit to the Engineer two (2) copies of mill test reports certifying that materials meet specified ASTM requirements. B. Shop Drawings: 1. Contractor shall furnish Shop Drawings with bill of material, erection and other working plans showing details, dimensions, size of material, information and data necessary for the complete fabrication and erection of the structural steel to the Engineer for approval. No material shall be ordered prior to approval. 2. No change shall be made on any drawing after it has been approved except by written consent or direction of the Engineer. 3. Substitution of materials having dimensions different from those shown on the Plans shall be made only when approved in writing by the Engineer. Section 850 -Metal Fabrication Page 24 • • C. Welding Procedure: The Contractor shall submit to the Engineer a complete and detailed welding procedure for approval before commencing work. D. Fabrication Schedule The Contractor shall submit to the Engineer a complete and detailed sequence of fabrication including dates when fabrication shall be performed and coatings applied. E. Field Measurement 1. Dimensions given on the Plans may vary from actual existing conditions. The Contractor shall perform a careful field measurement at each location for each fabricated item before any fabrication is begun. It shall be the Contractor's sole responsibility to assure that shop fabricated items fit to the tolerances allowed. 2. The Contractor shall submit the results of the field measurement via neatly prepared and legible drawings showing all dimensions and field measurements. 850 -2.0 PRODUCTS 850 -2.1 MATERIALS A. Steel plates, shapes, rods, shim plates, and bars shall conform to the requirements of ASTM A36 except as noted otherwise on the Plans. B. Anchor bolts, bolts and washers shall conform to ASTM A307 and Section 206 -1.4 of the SSPWC unless noted otherwise on the Plans. Furnish washers for all bolts. Provide square or hexagonal head regular type bolts. C. Nuts shall conform to ASTM A563. Grade shall match that of the bolt or rod to which the nut is attached. Furnish nuts for all bolts and threaded rod. D. Malleable iron washers, shall conform to ASTM A47. E. Aluminum 1. Aluminum extrusions for handrail shall be 6061 -T6 or 6063 -T6 per ASTM B 221. 2. Aluminum for utility trench covers shall be 6061 -T6 per ASTM B 221. Sheets shall be standard diamond tread pattern for walking surface applications. 3. All items shall be shop fabricated. Shop welds shall be by certified welders in conformance with ANSI /AWS D1.2 -97. All welds shall be ground smooth. Section 850 -Metal Fabrication Page 25 0 0 4. Exposed surface condition of aluminum sheets, plates, and extrusions shall be free of roll marks, scratches, rolled -in scratches, kinks, stains, pits, orange peel, die marks, structural streaks, and any other defect which will effect uniform appearance of finished surfaces. 5. Cap all ends of aluminum tube with 0.125 inch plate welded flush to match. 6. Prior to fabrication, submit shop drawings to the Engineer for approval. 7. Workmanship for aluminum handrail and trench cover plate shall conform to the applicable standards of the Aluminum Association. 850 -2.2 OTHER MATERIALS Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Engineer. 850 -2.3 PROTECTIVE COATING A. All fabricated metal items, plate, angle, brackets, clips, bolts, nuts, washers, and miscellaneous hardware except stainless steel items shall be hot -dip galvanized in conformance with Section 210 -3 of the SSPWC unless noted otherwise on the Plans. All galvanizing shall be done after fabrication. B. Aluminum finish shall be 2 -mil hard coat anodizing conforming to Aluminum Association of America standards. Color shall be clear. Use stainless steel hardware for all aluminum handrail connections. All anodizing shall be done after fabrication 850 -2.4 FABRICATION A. General: Fabricated metal items shall be shop fabricated and finished in accordance with the Plans and approved shop drawings. Welding shall be continuous along the area of contact. All welds shall be ground smooth where called for. Applicable tolerances shall conform to the AISC Manual of Steel Construction. 1. All connections that are not detailed or otherwise noted on the Plans shall be shop - welded and field- bolted. All welded connections shall be seal welded to prevent corrosion. 2. End distances shall conform to AISC Specification, Section 1.16.5, unless noted otherwise on the plans. 3. The Contractor shall furnish and install erection clips for fit -up of welded connections. Section 850 -Metal Fabrication Page 26 E • 4. Ample clearance shall be provided for field erection. 5. All sharp comers and burrs shall be removed. B. Welding: 1. All welding procedures and inspection shall be in accordance with ANSI /AWS D1.1 -98. Use E70xx low hydrogen electrodes or equivalent wire. 2. All welding shall be subject to inspection. A fabricated item shall not be coated until all its welds are approved. The Contractor shall notify the Engineer when welding will commence so Inspection may be scheduled to observe the welds. No welding shall take place until the Engineer or his designated representative has observed and approved of the welder's methods and procedures. 3. No field welding shall be allowed. 850 -2.5 PRODUCT HANDLING A. Delivery and Storage: All materials shall be delivered to the jobsite properly marked to identify the structures for which they are intended. Marking shall correspond to marking indicated on the shop Plans. Materials shall be stored in a manner to maintain identification and to prevent damage. B. Replacements: In the event of damage, the Contractor shall immediately make all repairs and replacements necessary for the approval of the Engineer at Contractor's cost. 850 -2.6 PRODUCT STORAGE Metals shall be stored above ground upon platforms, skids or other supports and kept free from dirt, grease and other foreign material and shall be property drained and protected from corrosion. 850 -2.7 REJECTED MATERIAL Material (before or after acceptance) showing injurious defect, weak spots, and imperfections in work or materials not conforming to this Specification or the Plans shall be rejected. Such materials shall be replaced by the Contractor at his sole expense. 850 -2.8 PIECE MARKING Each shipping piece shall be clearly marked. On the erection drawing, the mark shall be in the corresponding in -place position. Section 850 -Metal Fabrication Page 27 0 0 850 -3.1 INSTALLATION A. General: Fabricated members shall be fumished and installed as shown on the Plans. 2. Work shall be set to established lines, elevations and rigidly fastened in place. If flush welds are indicated, welds shall be ground flush with adjacent surfaces. Section 850 -Metal Fabrication Page 28 0 0 3. Work shall be installed to the tolerances as shown on the Plans and Specifications. B. Bolting: 1. Bolts, anchors, straps and similar items which are not specifically called for under this Specification, but which are needed for the installation of various parts of the work, shall be provided and installed by the Contractor. 2. Bolting shall be done with bolts and nuts called for on the Plans and drawn tight and threads broken or upset. Steel shall be clean and free from mill scale, flake, rust or pitting. Holes, sinkages and reinforcements shall be provided for attaching hardware or other items. Provisions shall be made for attachment to adjoining structures. Above deck fastenings shall be concealed insofar as possible. 3. Provide templates and other devices necessary for presetting bolts and anchors to accurate locations. 850 -4.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 850 -Metal Fabrication Page 29 0 0 SECTION 860 CHAIN LINK SECURITY ENCLOSURE 860 -1.0 DESCRIPTION Chain link security enclosure work shall consist of furnishing transportation, supervision, labor, equipment and materials for the fabrication and installation of all chain link fencing, gates, and associated hardware in accordance with the Plans and Specifications or as directed by the Engineer. 860 -2.0 SUBMITTALS Submit the following to the Engineer for approval prior to starting on chain link security enclosure work: A. Certificates of compliance for. 1. Fence Fabric 2. Posts 3. Braces 4. Framing 5. Rails 6. PVC color samples 7. Gate lock B. Shop drawing of gates, fabricated items and enclosure in conformance with Section 2 -5.3.2 of the SSPWC. 860 -3.0 DELIVERY, STORAGE AND HANDLING Deliver materials to site in an undamaged condition. Store materials off the ground to provide protection against oxidation caused by ground contact. 860 -4.0 PRODUCTS All chain link fence materials shall conform to the requirements of Sections, 206-6 and 210 -5 of the SSPWC except as modified below: A. Steel pipe for posts, rails, and braces shall be Class 1A B. All posts, rails, braces, frames, gates, and fittings shall be hot dip galvanized and PVC coated for corrosion protection in conformance with Section 210-5 of the SSPWC. Color of PVC shall be green, olive green, brown, or black per ASTM F 934. The Contractor shall submit samples of all available colors to the Engineer to select coating colors to be used for chain link materials. C. Chain link fabric shall be PVC fusion - bonded to zinc - coated steel per Section 206 -6.3.2 of the SSPWC. Section 860 -Chain Link Security Iinclosure Page 30 0 0 860 -6.0 EXECUTION All work shall conform to the requirements of Section 304 -3 of the SSPWC except as noted below: A. All gaps between fence comer posts shall be filled in. B. Connect all post and rail pieces to timber framing in conformance with Section 830 of these Specifications. C. Gates shall be custom fabricated in accordance with the applicable provisions of Section 850 of these Specifications. Gates shall be hot dip galvanized and PVC coated after fabrication in conformance with Section 210 -5 of the SSPWC. D. Use three hinges per gate. E. Install chain link fence gate lock HA504 by Hoover Fence Company or equal. 860 -7.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 860 -Chain Link Security Enclosure Page 31 E SECTION 870 SITE FURNISHINGS 870 -1.0 DESCRIPTION Site furnishings work shall consist of furnishing transportation, supervision, labor, equipment and materials for the installation of custom made twelve -foot long timber benches at the locations shown on the Plans or as directed by the Engineer. 870 -2.0 MATERIALS A. Timber for Custom Benches All lumber shall be in conformance with Section 205 -1 of the SSPWC except as noted below: Material for 12' benches shall be Pacific Coast Douglas Fir, Number 1 or better, FOHC, S4S, vertical grain, selected for appearance. 2. All bench lumber shall be pressure treated with chemonite (ACZA) per AWPA Standards P5 to a minimum net retention of 0.40 pounds per cubic foot by assay per AWPA Standards C2 -97 and C17 -96 inspected in accordance with Section A of AWPA M2 -97. 3. All bench lumber shall be dimensionally stabilized by kiln drying after treatment. Conditioning shall conform to the requirements of Paragraph 5.1 of AWPA C17 -96. 870 -3-0 EXECUTION A. Benches Secure 12 -foot long benches to the deck as shown on the Plans. 870 -4.0 MEASUREMENT AND PAYMENT See Section 800 -7.0 of these Specifications. END OF SECTION Section 870 -Site Furnishings Page 32 0 0 SECTION 900 MECHANICAL DEMOLITION 900 -1.0 SUMMARY A. Selective Demolition: 1. Protection of portions of building, structure or attachments adjacent to or affected by selective demolition. (Includes, but not limited to, sewerage lift units, valves, meters, building distribution piping.) 2. Removal of abandoned utilities and wiring systems. B. Asbestos and hazardous materials demolition or removal work is not part of this contract. 900 -2.0 SUBMITTALS The Contractor shall submit a selective demolition schedule to the Engineer for approval, including his methods for capping utilities to be abandoned and maintaining existing utility service. 900 -3.0 QUALITY ASSURANCE Comply with governing codes and regulations. Use experienced workers. 900 -4.0 PROJECT CONDITIONS Immediate areas of work will be occupied during demolition. Adjacent areas will be occupied by the public, including children, except during pier closure. 900 -5.0 EXECUTION A. Demolition 1. Do not damage structural elements and improvements indicated to remain. Items of salvage value that are not included on schedule of salvage items to be returned to the City shall be removed from the piers. Storage or sale of items at project site is prohibited. 2. Do not close or obstruct streets, walks, drives or other occupied or used spaces or facilities without the written permission of the Engineer. Do not interrupt utilities serving occupied or used facilities without the written permission of the Engineer. 3. Cease operations if public safety or remaining structures are endangered. Perform temporary corrective measures until operations can be continued properly. Section 900 — Mechanical Demolition Page 33 0 0 4. Provide adequate protection against accidental trespassing. Secure project after work hours END OF SECTION Section 900 — Mechanical Demolition Page 34 0 0 SECTION 910 WATER DISTRIBUTION PIPING (DOMESTIC AND FIREWATER,SYSTEMS) 910 -1.0 SUMMARY Provide an operating water service piping system. Include piping, control valves, and non - ferrous hold -downs and supports. Include water service system and piping, accessories, and appurtenances for potable water and fire service. 910 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. 910 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Fire System Testing: Hydrostatic tests at 200 psi for 2 hours. C. Domestic System: Visually inspect entire system with full working pressure (City pressure). Assure working pressure of 100 psi. 910 -4.0 PRODUCT MATERIALS A. Fiberglass Pressure Pipe 2 Inches and Larger: AWWA C950, Type I filament wound or Type II centrifugally cast; Grade 1 or 2; fiberglass fittings, AWWA C950, RTRP, 200 psi minimum working pressure rating. B. PVC Pipe 3 Inches and Smaller: ASTM D 1785, Schedule 40; Schedule 40 socket -type PVC fittings, D2564 cement, F656 primer. C. Valves Rising stem gate valves 3 Inches and larger, AWWA C500 or AWWA C509. 2. Nonrising stem gate valves 2 inches and smaller, MSS SP -80. D. Anchorages Clamps, Straps, and Washers: ASTM A 506, non - metallic. Section 910 —Water Distribution Piping Page 35 E E. Backflow Preventer Assembly 1. 6" CLA -VAL Model #DC7L or approved equal, AWWA C510. 910 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials and systems in proper relation with adjacent construction. Coordinate with work of other sections. 2. Clean and disinfect system in accordance with AWWA recommended practices (reference AWWA 651 -99). Test for proper operration. Backfill and protect work from damage. END OF SECTION Section 910 - -Water Distribution Piping Page 36 SECTION 920 SANITARY SEWER SYSTEM 920 -1.0 SUMMARY Provide sanitary sewer system. 920 -2.0 SUBMITTALS 0 A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. 920 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers, which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Testing: Hydrostatic test at 50 psi for 2 hours. 920 -4.0 PRODUCT MATERIALS A. Pipe and Fittings 1. PVC ASTM D 1785 Schedule 40: Schedule 40 Socket Type PVC Fittings. D2564 Cement, F656 Primer. B. Cleanouts 1. PVC with non - metallic fittings and plugs. 920 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials and systems in proper relation with adjacent construction. 2. Where connections are made to existing systems, submit proposed materials and connection method for each tie-in for the Engineer's approval. 3. Test for proper operation. Clean and protect work from damage. END OF SECTION Section 920— Sanitary Sewerage Page 37 0 SECTION 930 h_ � i 11: T_ 1 S r 7 tF •� I11 >? L� 3 930 -1.0 SUMMARY Provide natural gas systems within the pier structure. 930 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 930 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Standards: 1. Materials, Products, and Installation: ASME B31.9 2. Plastic Piping Components: NSF 14 C. Compliance: NFPA 54. 930 -4.0 PRODUCT MATERIALS A. Piping System Working Pressure: 1. Low - Pressure Natural Gas Piping Systems: 2 psig 2. Medium - Pressure Natural Gas Piping Systems: 10 psig 3. High- Pressure Natural Gas Piping Systems: 20 psig 4. Natural Gas Service: 100 psig B. Pipe, Fittings, and Specialties: Section 930 - -Natural Gas Piping Page 38 • 1. Plastic Pipe: ASTM D 1785, Schedule 40, Socket Type PVC Fittings, D2564 Cement, F626 Primer. 2. Fittings and Valves: Suitable for piping type and service class. 930 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Clearly label and tag all components. 3. Test and balance all systems for proper operation. 4. Restore damaged finishes. Clean and protect work from damage. 5. Instruct City personnel in proper operation of systems. 6. Submit all material certifications, instructions, and product information to the Engineer. END OF SECTION Section 930 — Natural Gas Piping Page 39 0 SECTION 1000 BASIC ELECTRICAL MATERIALS AND METHODS 1000 -1.0 SUMMARY A Electrical systems for the following applications: Refer to individual specification sections following for detailed requirements. 1. Power and distribution 2. Lighting, exterior and interior, including exit and emergency lighting 3. Telephone B. Preliminary Connected Loads 1. Newport Pier Lighting: 5 kVA 3. Balboa Pier Lighting: 5 kVA 3. Dory Bent Workshop Lighting: 2 kVA C. Illumination Levels: 1. Pier Lighting: 5 footcandles 2. Dory Bent Workshop Lighting: 50 footcandles D. Additional Requirements: Provide and install empty conduit systems for future wiring as shown on plans. Provide pull line in each conduit. Minimum tensile strength for pull line is 500 lbs. 1000 -2.0 PRODUCT MATERIALS Systems, products, and standards are listed in the following specification sections. END OF SECTION Section 1000- -Basic Electrical Materials and Methods Page 40 SECTION 1010 CONDUCTORS AND CABLES 1010 -1.0 SUMMARY 0 Provide wires, cables, and connectors for power, lighting, signal, control, and related systems rated 600 volts and less. 1010 -2.0 SUBMITTALS A. Product Data: Submit manufacturers product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturers operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1010 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturers instructions. B. Compliance: National Electrical Code; UL 4, 83, 486A, 486B, 854; NEMAIICEA WC -5, WC- 7, WC-8; IEEE 82. 1010 -4.0 PRODUCT MATERIALS A. Wire Components 1. Conductors for power and lighting circuits: stranded conductors for all power and lighting circuits 2. Insulation: THHN/THWN for conductors size 500MCM and larger and No. 8 AWG and smaller; THW, THHN/THWN or XHHW insulation for other sizes based on location. 3. Jackets: Factory- applied nylon or PVC. 4. Conductor Material: Copper. 5. Conductors for grounding: Bare copper solid conductors for grounding conductors in conduit systems. Section 1010 - Conductors and Cables Page 41 0 B. Cables: Control /signal transmission media: four - #22 stranded conductors, polyethylene insulated with overall shield and PVC jacket. C. Connectors: UL listed solderless metal connectors with appropriate temperature ratings. 1010 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Clearly label and tag all components. 3. Test and balance all systems for proper operation. 4. Restore damaged finishes. Clean and protect work from damage. 5. Instruct City personnel in proper operation of systems. B. Color Coding 1. Phase A- Brown 2. Phase B- Orange 3. Phase C- Yellow C. 120/240 Volt, Single Phase 1. Phase A Red 2. Phase B- Black 3. Neutral- White D. 120/240 Volt, Three Phase, Four White Delta System, High Leg Shall be Orange as Required by NFPA 70. END OF SECTION Section 1010- Conductors and Cables Page 42 SECTION 1020 RACEWAYS AND BOXES 1020 -1.0 SUMMARY Provide electrical conduit, tubing, surface raceways, wireways, cable trays, boxes, and cabinets for electrical power and signal distribution. 1020 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1020.3.0 QUALITY ASSURANCE Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. 1020 -4.0 PRODUCT MATERIALS A. Wiring Methods 1. Concealed indoor wiring: electrical metallic tubing, electrical nonmetallic tubing, or aluminum conduit 2. Exposed outdoor wiring: PVC coated rigid galvanized steel. 3. Concealed outdoor wiring: PVC coated rigid galvanized steel. A. Metal Conduit and Tubing 1. PVC coated rigid galvanized steel: ANSI C80.1, JUL Standard #6, NEMA Standard #RN1 and UL514B. 2. Electrical metallic tubing (EMT) and fittings: ANSI C80.3 B. Raceway Accessory Materials: Section 1020 - Raceways and Boxes Page 43 0 1. Conduit bodies: PVC coated rigid galvanized steel, NEC requirements 2. Wireways: NEC requirements 3. Exposed outdoor wiring (where specified) schedule 80 PVC, NEMA type TC -2 and WC -1094 C. Boxes and Fittings 1. Cabinet boxes: UL 50, sheet steel, NEMA 1 2. Pull and junction boxes: UL508, type 4X fiberglass boxes. 3. Metal outlet, device and small wiring boxes: UL 514A and OS 'I 1020 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Maintain indicated fire ratings and seal with firestopping to maintain fire rating. 3. Clearly label and tag all components. 4. Test and balance all systems for proper operation. 5. Restore damaged finishes. Clean and protect work from damage. 6. Instruct City personnel in proper operation of systems. END OF SECTION Section 1020- Raceways and Boxes Page 44 SECTION 1030 WIRING DEVICES 1030 -1.0 SUMMARY 0 Provide wiring devices for Dory Bent Workshop electrical service. 1030 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1030 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Compliance: National Electrical Code, NEMA WD 1, UL. 1030 -4.0 PRODUCT MATERIALS A. Wiring Devices and Components: 1. Receptacles: UL 498 and NEMA WD 1. 2. Ground -fault interrupter (GFI) receptacles: Feed -thru type ground - fault circuit interrupter with integral duplex receptacles. 3. Plugs: 15 amperes, 125 volts, 3 wire, grounding, armored cap plugs. 4. Plug connectors: 15 amperes, 125 volts, bakelite -body armored connectors, 3 wire, grounding with cord clamp. 5. Snap switches: UL 20 and NEMA WD 1, AC switches. 6. Telephone jacks: 8 position modular, surface mounted. 7. Wall plates: Single and combination types, stainless steel plate. Section 1030 -Wiring Devices Page 45 0 1030 -5.0 EXECUTION A. Installation t 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Maintain indicated fire ratings and seal with firestopping to maintain fire rating. 3. Clearly label and tag all components. 4. Test and balance all systems for proper operation. 5. Restore damaged finishes. Clean and protect work from damage. 6. Instruct City personnel in proper operation of systems. END OF SECTION Section 1030- Wiring Devices Page 46 SECTION 1040 INTERIOR LUMINAIRES 1040 -1.0 SUMMARY Provide interior lighting fixtures, lamps, ballasts, emergency lighting units, and accessories in Dory Bent Workshop. 1040 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1040 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Compliance: NFPA 70 "National Electrical Code." 1040 -4.0 PRODUCT MATERIALS A. Interior Lighting Components: 1. Fluorescent fixtures: Fixtures, UL 1570; ballasts, UL 935, energy- saving, electronic, and dimming types; air handling fixtures. 1040 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Provide proper clearances for servicing. 2. Maintain indicated fire ratings and seal with firestopping to maintain fire rating. Section 1040- Interior Luminaries Page 47 3. Test all systems for proper operation. Label circuits in electrical panels. 4. Restore damaged finishes. Clean and protect work from damage. 5. Instruct City personnel in proper operation of systems. Section 1040 - Interior Luminaries Page 48 SECTION 1050 EXTERIOR LUMINAIRES 1050 -1.0 SUMMARY Provide exterior lighting fixtures, lamps, ballasts, poles, standards, and accessories. 1050 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1050 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Compliance: NFPA 70 "National Electrical'Code." 1050 -4.0 PRODUCT MATERIALS A. Exterior Lighting Components: 1. High intensity discharge (HID) fixtures: UL 1572; ballasts, UL 1029; instant re- strike device. 2. Fluorescent fixtures: UL 1570, ballasts, UL 935, energy saving and electronic types. 3. Lamps: ANSI Standards, C78 series. 4. Fixture support poles, mast arms and brackets: Pressure - treated wood. 1050 -5.0 EXECUTION A. Installation Section ]050 - Exterior Luminaries Page 49 Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Clearly label and tag all components. 3. Test and balance all systems for proper operation. 4. Restore damaged finishes. Clean and protect work from damage. 5. Instruct City personnel in proper operation of systems. END OF SECTION Section 1050 - Exterior Luminaries Page 50 r SECTION 1060 TELEPHONE AND INTERCOMMUNICATION EQUIPMENT 1060 -1.0 SUMMARY A. Provide telephone and intercommunication equipment as follows: 1. Interior telephone distribution system. 1060 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1060 -3.0 QUALITY ASSURANCE A. Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. B. Compliance: FCC regulations. 1060 -4.0 PRODUCT MATERIALS A. Telephone System Components: 1. Telephone wiring, cabling, and jacks. 2. Control and signal transmission media. B. Telephone Distribution System Components: 1. Jack assemblies: 8- position modular, latching, plug type. 2. Cable: 4 pair, No. 24 AWG, solid copper, ICEA S -80 -576. 1060 -5.0 EXECUTION A. Installation Section 1060- Telephone and Intercommunication Equipment Page 51 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Comply with applicable regulations and code requirements. Provide proper clearances for servicing. 2. Maintain indicated fire ratings and seal with firestopping to maintain fire rating. 3. Clearly label and tag all components. 4. Test and balance all systems for proper operation. 5. Restore damaged finishes. Clean and protect work from damage. 6. Instruct City personnel in proper operation of systems. END OF SECTION Section 1060- Telephone and Intercommunication Equipment Page 52 , l SECTION 1070 TRANSMISSION AND DISTRIBUTION 1070 -1.0 SUMMARY Provide electrical service and distribution including, grounding, panelboards, and overcurrent protective devices. 1070 -2.0 SUBMITTALS A. Product Data: Submit manufacturer's product data and installation instructions for each material and product used. List project - specific information, including incoming service characteristics, connection types, and distribution system characteristics if available. B. Shop Drawings: Submit shop drawings indicating material characteristics, details of construction, connections, and relationship with adjacent construction. C. Operation and Maintenance Data: Submit manufacturer's operation and maintenance data, including operating instructions, list of spare parts and maintenance schedule. 1070 -3.0 QUALITY ASSURANCE Comply with governing codes and regulations. Provide products of acceptable manufacturers which have been in satisfactory use in similar service for three years. Use experienced installers. Deliver, handle, and store materials in accordance with manufacturer's instructions. 1070 -4.0 PRODUCT MATERIALS A. Grounding: 1. Grounding equipment: UL 467; copper conductors; NEC Table 8 wire and cable conductors; connectors. 2. Grounding electrodes: Copper -clad steel ground rods; copper plate electrodes. 3. Induction type voltage regulator: ANSWEEE C57.15, solid state type with external voltage adjustment, and voltage regulation within 1 percent. B. Panelboards: 1. Panelboards: NEMA PB 1, UL 50, 61, with overcurrent protective devices, enclosure suitable for use, copper bus, compression type main and neutral lugs, IEEE C62.1 surge arresters. Section 1070 - Transmission and Distribution Page 53 2. Panelboard Type: Load -center -type panelboards; lighting and appliance branch circuit panelboards; distribution panelboards. C. Overcurrent Protective Devices: 1. Overcurrent Protective Devices: Integral to panelboards. 2. Insulated Case Circuit Breakers: UL 489, NEMA AB 1; rating suitable for use. 1070 -5.0 EXECUTION A. Installation 1. Install materials and systems in accordance with manufacturer's instructions and approved submittals. Install materials in proper relation with adjacent construction and with uniform appearance for exposed work. Coordinate with work of other sections. Provide proper clearances for servicing. 2. Maintain indicated fire ratings and seal with firestopping to maintain fire rating. 3. Test all systems for proper operation. Label circuits in electrical panels. 4. Restore damaged finishes. Clean and protect work from damage. 5. Instruct City personnel in proper operation of systems. END OF SECTION Section ]070 - Transmission and Distribution Page 54 i September 25, 2001 CITY COUNCIL AGENDA APPROVED' ITEM NO. 31 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: OCEAN PIER REHABILITATION, CONTRACT NO. 3312 — AWARD OF CONTRACT RECOMMENDATIONS: 1. Award Contract No. 3312 to John S. Meek Company, Inc. for the Total Bid Price of $2,699,440, and authorize the Mayor and the City Clerk to execute the contract. 2. Establish an amount of $200,560 to cover the cost of testing and unforeseen work. 3. Authorize a Budget Amendment for the following: A) Appropriate Oil Spill Fund interest earnings in the amount of $324,000 to Account No. 7295- C5100565. B) Appropriate $200,000 from the unappropriated balance of the Water Enterprise Fund to Account No. 7501- C5100565. C) Appropriate $50,000 from the unappropriated balance of the Wastewater Enterprise Fund to Account No. 7501- C5100565 D) Transfer $249,000 from Ocean Front Walkway Project Account No. 7295- 05100568 to Account No. 7295- C5100565. DISCUSSION: On July 11, 2000, the City Council approved a Professional Services Agreement with Noble Consultants, Inc., to prepare plans and specifications for rehabilitating the Newport and Balboa Piers. Staff from General Services, Utilities, Fire and Lifeguard Operations, and Public Works provided input into the project. Public Works Staff also met with the Assistant City Manager and representatives from the restaurants on each pier to establish the most favorable period for construction, especially the pier closure period. Furthermore, Staff has made every effort to foresee and mitigate coordination issues between the pier work and other construction projects that are scheduled to be under construction concurrent with the pier work. SCOPE OF WORK: The City's 60 -year old ocean piers are in need of their biennial repairs, plus a 0 0 SUBJECT: OCEAN PIERS REHABILITATION, CONTRACT NO. 3312 —AWARD OF CONTRACT September 25, 2001 Page 2 complete rehabilitation to restore their original structural integrity and provide an additional service life of approximately 20 years. The base contract items include: • Removing and replacing pier gates and signs • Replacing 15 defective piles, various stringers, pile caps, hair pins, bolts, and cross bracing • Removing abandoned wiring and utility conduits • Reinstalling all communication, power, gas, water, and sewer conduits under the deck or within "pipe chases" in the deck to facilitate future access • Installing a 4 -inch fire main on Balboa Pier • Repairing the roof of the Lifeguard Workshop (under Newport Pier) • Rehabilitating the lifeguard boat access way (also under Newport pier) • Replacing the timber subdeck and the concrete deck on both piers • Replacing the pipe handrail on Balboa Pier with a wooden handrail • Replacing fishing benches and cutting boards on both piers • Installing signs prohibiting vehicles weighing more than 3 tons (6,000 pounds) from using the piers PROJECT SCHEDULE Upon execution of the contract documents, the contractor will order replacement timber members and piles. Certain items of construction could commence as soon as November 1, 2001. Construction will then continue for approximately 5 months., with deck and handrail replacement being performed during the latter stages of work.. The final items of work will be to reinstall sinks, cutting boards, benches, gates, and signs. For safety, the piers must be closed to the public during deck and railing replacement. Each pier closure will be limited to a two -month period. In addition, because the new deck is thicker than the existing deck, one -inch "down" ramps must be built within each door into Ruby's Restaurant. The City will reimburse Ruby's for constructing their three ramps. No ramps are needed at Newport Seafood since the restaurant floor is elevated above the deck. Work at Balboa Pier will be performed concurrent with the Balboa Pier restroom reconstruction and Phase 1 of Balboa Village construction. The pier contractor will use a portion of the Balboa parking lot for staging pile replacement, but must vacate the area by April 1, 2002, for parking lot reconstruction under the Balboa Village contract. The pier restroom contractor will be using a portion of the A Street parking lot for his staging area (see attached Location Map). PROJECT COST: Noble's Engineer's Estimate provided for constructing the contract items listed above. At 11:00 A.M on September 12, 2001, the City Clerk opened and read the following bid for this project: 0 0 SUBJECT: OCEAN PIERS REHABILITATION, CONTRACT NO. 3312 —AWARD OF CONTRACT September 25, 2001 Page 3 BIDDER TOTAL BID AMOUNT Low John S. Meek Company, Inc. $2,699,440 The low total bid amount is 26 percent above the Engineer's Estimate of $2,140,000. The low bidder, John S. Meek Company, Inc., possesses a General Engineering Contractor "A" license and has satisfactorily performed previous contract work for the City. Although there are relatively few qualified marine contractors on the West Coast, Staff believed that the project would draw several qualified bids. Staff contacted several potential marine contractor bidders and discovered that most of these specialty contractors were currently overloaded with existing projects. Several stated that they did not have the ability to take on additional work, especially a project with a tight timetable such as our project. The low bid of $2,699,440 was higher than anticipated. This cost is most likely predicated upon rehabilitating both piers within a five -month construction period along with the current market situation. Upon award of the construction contract, Staff may retain supplemental construction inspection services to assist City Staff in managing this project to ensure the project schedule. The design consultant, Noble, is already under contract to provide shop drawing reviews and plan clarifications to the construction manager. The project will also involve considerable involvement from Public Works, General Services, and Utilities Departments. CONSTRUCTION FUNDS: The project is being funded with proceeds from the City's $4,770,000 settlement of the 1990 American Trader oil spill (Oil Spill Fund). The City has allocated $2,077,000 (44 percent) of its portion of the settlement for pier rehabilitation. Additionally, interest earnings within the Oil Spill Fund are currently available in the amount of $324,000. Due to the need to reconstruct the existing utilities serving the pier restaurants and to repair /add fire suppression water mains to the project, funds in the amount of $200,000 from the Water enterprise Fund and $50,000 from the Wastewater Enterprise Fund should be appropriated to cover the additional costs. The City Council may elect to divert some of the proceeds allocated for other oil spill remediation projects into the pier allocation. It should be noted that approximately $200,000 of additional interest earnings is projected to be available by June 2002. Other projects include Corona del Mar Beach Improvements ($476,000), Ocean Front Walkway and Lighting ($449,000), Beach Access Walkways ($290,000), Lifeguard Communications Center Improvements ($500,000), and Marine Education Facility ($500,000). Staff recommends transferring $249,000 from the Ocean Front Walkway and Lighting project to this Ocean Pier Rehabilitation project. As additional interest earnings become available, the Ocean Front Walkway project can be the target for reappropriation. In addition, if savings are achieved in other Oil Spill projects, these funds can be reappropriated to the Ocean Front Walkway project. SUBJECT: OCEAN PIERSSEHABILITATION, CONTRACT NO. 3312 — AWARD• ONTRACT September 25, 2001 Page 4 Total estimated construction costs are: Base Bid $2,699,440 Contingency (7.5 percent) 200,560 Total Estimated Construction Cost $2,900,000 The following accounts are available for construction: Account Description Newport/Balboa Pier Rehabilitation Oil Spill Fund Interest Earnings Water Enterprise Fund Ocean Front Walkway Respectfully subrrytte'6,- PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: W" 96' f_ Lloyd Dalton, P.E. Design Engineer Attachment: Location Map Account Number Amount 7295- C5100565 $ 2,077,000 Fund Balance $ 324,000 7501- C5100565 $ 250,000 7295- C5100568 249,00) Total $ 2,900,000 LJ 0 0 . ............. Lu 0 0 ®® a0 If LU f; f0 VV if ITT 0 w LL Uj LU Z �tl 6] Sty of Newport Beach 0 BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 008 AMOUNT: $a23,noo.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations to cover testing and unforeseen work related to the Ocean Pier Rehabilitation Contract No. 3312. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 295 3605 500 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITUREAPPROPRIATIONS (3603) Description Misc Restricted Revenue Fund Balance Water Fund Balance Description Amount Debit Credit $324,000.00 $250,000.00 Division Number Account Number Automatic System Entry. P / Signed: Fina cial proval: Administrative rvices Director /ane 44ate Signed: Administrative Appr al: City Manager Signed: City Council Approval: City Clerk Date Description Division Number 7295 Misc Restricted Revenue Account Number C5100568 Ocean Front Walkway $249,000.00 Division Number 7295 Misc Restricted Revenue Account Number C5100565 Newport & Balboa Pier Rehabilitation $573,000.00 Division Number 7501 Distribution & Piping Account Number C5100565 Newport & Balboa Pier Rehabilitation $250,000.00 Division Number Account Number Division Number Account Number Automatic System Entry. P / Signed: Fina cial proval: Administrative rvices Director /ane 44ate Signed: Administrative Appr al: City Manager Signed: City Council Approval: City Clerk Date V (dry of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: X from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 008 AMOUNT: 5823,000.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance Li SEP Z 5..-. This budget amendment is requested to provide for the following: To increase expenditure appropriations to cover testing and unforeseen work related to the Ocean Pier Rehabilitation Contract No. 3312. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 295 3605 500 3605 REVENUE ESTIMATES (360 1) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Division Account Signed Signed Signed Description Misc Restricted Revenue Fund Balance Water Fund Balance Description Number Number City City Council Approval: City Clerk Amount Debit Credit $324,000.00 $250,000.00 $249,000.00 $573,000.00 $250,000.00 9:i � 5l /Z Director / Date i ate /h C Date Description Number 7295 Misc Restricted Revenue Number C5100568 Ocean Front Walkway Number 7295 Misc Restricted Revenue Number C5100565 Newport & Balboa Pier Rehabilitation Number 1501 Distribution & Piping Number C5100565 Newport & Balboa Pier Rehabilitation Number Number Number Number City City Council Approval: City Clerk Amount Debit Credit $324,000.00 $250,000.00 $249,000.00 $573,000.00 $250,000.00 9:i � 5l /Z Director / Date i ate /h C Date (3 ?) C -33 I a- August 14, 2001 CITY COUNCIL AGENDA ITEM NO. 13 TO: Mayor and Members of the City Council AUG i , 4 .. FROM: Public Works Department ! APPROVED.' SUBJECT: OCEAN PIER REHABILITATION — APPROVAL OF PLANS AND SPECIFICATIONS AND AUTHORIZATION TO ADVERTISE, CONTRACT NO. 3312 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize staff to advertise for bids. DISCUSSION: On July 11, 2000, the City Council approved a Professional Services Agreement with Noble Consultants, Inc., to prepare plans and specifications for rehabilitating the Newport and Balboa Piers. Staff from General Services, Utilities, Fire and Lifeguard Operations, and Public Works provided input into the project. Public Works Staff also met with the Assistant City Manager and representatives from the restaurants on each pier. Furthermore, much effort was made to coordinate the pier work with other construction projects that are scheduled to be concurrent with the pier rehabilitation. SCOPE OF WORK: The piers are in need of their biennial repairs and a complete rehabilitation to restore their original structural integrity and provide an additional service life of approximately 20 years. The base contract includes: • Removing and replacing pier gates and signs • Replacing 15 defective piles, various stringers, pile caps, hair pins, bolts, and cross bracing • Removing abandoned wiring and utility conduits • Reinstalling all communication, power, gas, water, and sewer conduits under the deck or within "pipe chases" in the deck to facilitate future access • Installing a 4 -inch fire main on Balboa Pier • making the roof of the Lifeguard Workshop (under Newport Pier) waterproof • Rehabilitating the lifeguard boat access way (also under Newport pier) • Replacing the timber subdeck and the concrete deck on both piers SUBJECT: OCEAN PIERS ABILITATION — APPROVAL OF PLANS AND SPERATIONS AND AUTHORIZATION TO ADVERTISE, CONTRACT NO. 3312 August 14, 2001 Page 2 • Replacing the pipe handrail on Balboa Pier with a wooden handrail • Replacing fishing benches and cutting boards on both piers • Installing signs prohibiting vehicles weighing more than 3 tons (6,000 pounds) from using the piers Three additional bid items that the City Council may include in the award, if desired, are: 1. Replacing the wooden railing at Newport Pier (the base bid requires the contractor to only protect the existing railing). 2. Cleaning marine growth from piles (will reduce wave forces on the piers). 3. Installing removable concrete covers in the deck adjacent to most pile caps (to enable future pile replacement without having to cut through the new deck). PROJECT SCHEDULE Barring unforeseen circumstances, bids will be opened in mid September 2001, and the contract may be awarded at the September 25, 2001, City Council meeting. After contract documents are executed, replacement timber members and piles must be ordered. Assuming 60 days for delivery, construction could commence as soon as December 1, 2001. Construction will then continue for approximately 5 months, with deck and handrail replacement being performed during the latter stages of work. The final items of work will be to reinstall sinks, cutting boards, benches, gates, and signs. For safety, the piers must be closed to the public during deck and railing replacement. Since the concrete deck must be replaced in stages, Each pier will be limited to only a two month closure . In addition, because the new deck is thicker than the existing deck, one -inch ramps must be built within the entries to Ruby's Restaurant. The City -will reimburse Ruby's for building their three ramps. No ramps are needed at Newport Seafood since the restaurant is elevated above the deck. Work at Balboa Pier will be performed concurrent with the Balboa Pier restroom reconstruction and Phase 1 of Balboa Village construction. The pier contractor will use a portion of the Balboa parking lot for staging pile replacement, but must vacate the area by April 1, 2002, for parking lot reconstruction under the Balboa Village contract. The pier restroom contractor will be using a portion of the A Street parking lot for his staging area (see attached Location Map). PROJECT COST: Noble's Engineer's Estimate of $2,140,000 provides for constructing the base contract items listed above. This estimate is also predicated upon rehabilitating both piers under a combined contract and requiring that work be performed concurrently on both piers within a five -month construction period. Staff and Noble feel the combined contract is desirable for the following reasons: SUBJECT: OCEAN PIERS &BILITATION — APPROVAL OF PLANS AND SPEOCATIONS AND AUTHORIZATION TO ADVERTISE, CONTRACT NO. 3312 August14,2001 Page 3 • There are few contractors that are qualified to perform such work • By virtue of a greater contract amount, a combined contract could attract more bidders and save the City money • The contractor could afford more field crews to complete the work within the specified construction time period The three additional bid items (ABI) mentioned above that could be included in the award if funds are available add to the Engineer's Estimate. The ABI for cleaning off marine growth that has accumulated over the years on the piles is estimated at $75,000. The ABI for replacing the deteriorated, but salvageable, wooden railing on Newport Pier is estimated at $75,000. The ABI for constructing removable concrete covers across the concrete deck at each pile cap to facilitate pile replacements at a future date is estimated at $60,000. Upon award of the construction contract, Staff will recommend the City retain a construction manager to manage and inspect the project. Staff estimates that such services will cost approximately $86,000 for the five months of work. The design consultant, Noble, is already under contract to provide shop drawing reviews and plan clarifications to the construction manager. The project will also involve considerable involvement from Public Works, General Services, and Utilities departments. The project is being funded with proceeds from the City's $4,770,000 settlement of the 1990 American Trader oil spill. $2,100,000 (44 percent) of the remediation settlement was allocated for pier rehabilitation. Total estimated construction costs are as follows: Base Bid $2,140.000 Contingency (10 percent) 214,000 Additional Bid Items (pile cleaning, Newport railing, pile cap covers) 210,000 Construction Management 86,000 Total Estimated Construction Cost $2,650,000 CONSTRUCTION FUNDS: The following account balance is available for construction: Account Description Account Number Amount Newport/Balboa Pier Rehabilitation 7295- C5100565 $ 2,077,000 SUBJECT: OCEAN PIERS IRBILITATION — APPROVAL OF PLANS AND SPEOCATIONS AND AUTHORIZATION TO ADVERTISE, CONTRACT NO. 3312 August 14, 2001 Page 4 If additional funds are required, the City Council may elect to divert some of the proceeds allocated for other oil spill remediation projects into the pier allocation. Other projects include Corona del Mar Beach Improvements ($476,000), Ocean Front Walkway and Lighting ($449,000), Beach Access Walkways ($290,000), Lifeguard Communications Center Improvements ($500,000), and Marine Education Facility ($500,000). Respectfully DEPARTMENT G. Badum, Director ►�,��!� iii . Dalton, n Engineer Attachments: Location Map o� m�m�