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�